Opportunity

First Rail Holdings - Provision of Planned, Emergency and Ad-hoc Rail Replacement and Avanti West Coast Taxi Management Services

  • FIRST RAIL HOLDINGS LIMITED

F05: Contract notice – utilities

Notice reference: 2021/S 000-010660

Published 14 May 2021, 12:10pm



Section one: Contracting entity

one.1) Name and addresses

FIRST RAIL HOLDINGS LIMITED

4th Floor Capital House 25 Chapel Street

London

NW15DH

Contact

Claire Painter

Email

FRH-Procurement.Indirects@firstgroup.com

Telephone

+44 7788924291

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.firstgroupplc.com

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

http://procurement.gwr.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://procurement.gwr.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

First Rail Holdings - Provision of Planned, Emergency and Ad-hoc Rail Replacement and Avanti West Coast Taxi Management Services

two.1.2) Main CPV code

  • 60100000 - Road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

First Rail Holdings (FRH) will be tendering for the provision of wholly outsourced planned, emergency and ad-hoc rail replacement and taxi management services across rail networks of the following Train Operating Companies (TOC's);

Avanti West Coast (AWC) - includes Rail Replacement and Taxi Management Services

TransPennine Express (including Hull Trains) - Rail Replacement only

Great Western Railway (GWR) - Rail Replacement only

South Western Railway (SWR) - Rail Replacement only

Rail replacement services relate to the movement of rail customers by either coach or bus, whether planned or in an emergency during major train service disruption.

AWC Taxi management services relate to the movement of staff (weekly ongoing services and ad-hoc requirements) and ad-hoc customer movements in times of train service disruption.

two.1.5) Estimated total value

Value excluding VAT: £86,277,500

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Avanti West Coast (AWC) Rail Replacement

Lot No

1

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

The entire Avanti West Coast operating area from London to the North West, Glasgow and into Wales.

two.2.4) Description of the procurement

AWC Rail replacement services relate to the movement of rail customers by either coach or bus, whether planned or in an emergency during major train service disruption.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £8,298,179

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to renew the contract for a period of up to 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Avanti West Coast (AWC) Taxi Management Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 60120000 - Taxi services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

The entire Avanti West Coast operating area from London to the North West, Glasgow and into Wales.

two.2.4) Description of the procurement

AWC Taxi management services relate to the movement of staff (weekly ongoing services and ad-hoc requirements) and ad-hoc customer movements in times of train service disruption.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £11,701,821

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend the contract for a period up to 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Great Western Railway (GWR) Rail Replacement Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

The entire Great Western operating area from London to the South/ South West of England and South Wales.

two.2.4) Description of the procurement

Rail replacement services relate to the movement of rail customers by either coach or bus, whether planned or in an emergency during major train service disruption.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £19,605,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend the contract for a period up to 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

South Western Railway (SWR) Rail Replacement Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

The entire South Western Railway operating area from London to the South/ South West of England.

two.2.4) Description of the procurement

Rail replacement services relate to the movement of rail customers by either coach or bus, whether planned or in an emergency during major train service disruption.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £33,305,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend the contract for a period up to 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

TransPennine Express (TPE) Rail Replacement Services (including Hull Trains)

Lot No

5

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

The entire TransPennine Express operating area from Liverpool/ Manchester covering the North East, North West of England and Glasgow/ Edinburgh.

two.2.4) Description of the procurement

Rail replacement services relate to the movement of rail customers by either coach or bus, whether planned or in an emergency during major train service disruption.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £13,367,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to renew the contract for a period up to 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 June 2021

Local time

12:30pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

First Rail Holdings Ltd

London

Country

United Kingdom