Tender

Wheelset Overhaul provision for Locomotives and Rolling Stock

  • Direct Rail Services Limited

F02: Contract notice

Notice identifier: 2023/S 000-015626

Procurement identifier (OCID): ocds-h6vhtk-03d31e

Published 1 June 2023, 7:06pm



Section one: Contracting authority

one.1) Name and addresses

Direct Rail Services Limited

Regents Court, Baron Way

Carlisle

CA6 4SJ

Contact

christina colgan

Email

christina.colgan@ntsglobal.uk

Country

United Kingdom

Region code

UKD1 - Cumbria

National registration number

3020822

Internet address(es)

Main address

https://www.directrailservices.com/

Buyer's address

https://www.directrailservices.com/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://one-nda.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://one-nda.force.com/s/Welcome

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Wheelset overhauling


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Wheelset Overhaul provision for Locomotives and Rolling Stock

Reference number

C9704

two.1.2) Main CPV code

  • 50221300 - Repair and maintenance services of locomotive wheelsets

two.1.3) Type of contract

Services

two.1.4) Short description

Direct Rail services (Trading as Nuclear Transport Solutions) has a requirement for Wheelset Overhaul services for Locomotives and wagon rail stock. This Tender consists of three lots. More information can be found in the ITT and supporting tender documentation. The contract terms is 4 + 1.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

IMPORTANT: Tenderers may submit proposals for any and all Lots. However, it should be noted that bidders are not permitted to win all Lots, or Lots 1 and 2 together.

Further concessions: Possible combination of lots 1 and 2 in the case of limited competition.

two.2) Description

two.2.1) Title

Lot 1 – Approximately 70% of the Wagon and Approximately 70% of the 66 Wheelset

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 50221300 - Repair and maintenance services of locomotive wheelsets
  • 50221000 - Repair and maintenance services of locomotives
  • 45453000 - Overhaul and refurbishment work
  • 34610000 - Rail locomotives and tenders
  • 34621100 - Railway freight wagons
  • 34631400 - Wheel axles and tyres and other parts of locomotives or rolling stock

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
Main site or place of performance

UK

two.2.4) Description of the procurement

Lot 1 – Approximately 70% of the Wagon and Approximately 70% of the 66 Wheelset scope - estimated £5 Million over 5 years,

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: £5,000,000

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

Start date

1 October 2023

End date

30 September 2027

This contract is subject to renewal

Yes

Description of renewals

Overhauling is an ongoing requirement for DRS and will be required in the future.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 - Approximately 30% of the Wagon and Approximately 30% of the 66 Wheelset

Lot No

2

two.2.2) Additional CPV code(s)

  • 50221300 - Repair and maintenance services of locomotive wheelsets

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
Main site or place of performance

UK

two.2.4) Description of the procurement

Lot 2 - Approximately 30% of the Wagon and Approximately 30% of the 66 Wheelset scope. This lot is estimated at £2.3 Million over 5 years.

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: £2,300,000

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

Start date

1 October 2023

End date

30 September 2027

This contract is subject to renewal

Yes

Description of renewals

Overhauling is an ongoing requirement for DRS and will be required in the future.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3 – 100% of the 68/88 Wheelset scope

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 50221300 - Repair and maintenance services of locomotive wheelsets
  • 34610000 - Rail locomotives and tenders
  • 34621100 - Railway freight wagons
  • 45453000 - Overhaul and refurbishment work
  • 34631400 - Wheel axles and tyres and other parts of locomotives or rolling stock
  • 50221000 - Repair and maintenance services of locomotives

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
Main site or place of performance

UK

two.2.4) Description of the procurement

Lot 3 – 100% of the 68/88 Wheelset scope. This lot is worth ~ £2 Million over 5 years

two.2.5) Award criteria

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

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

Start date

1 October 2023

End date

30 September 2027

This contract is subject to renewal

Yes

Description of renewals

Overhauling is an ongoing requirement for DRS and will be required in the future.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

By participating in this procurement exercise, you agree to be bound by the terms and conditions set out in the ITT which includes.

three.1.2) Economic and financial standing

List and brief description of selection criteria

As set out in the ITT and supporting Tender documentation.

three.1.3) Technical and professional ability

List and brief description of selection criteria

As set out in the ITT and supporting Tender documentation.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

25 July 2023

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 25 July 2024

four.2.7) Conditions for opening of tenders

Date

1 June 2023

Local time

8:00pm

Information about authorised persons and opening procedure

To view the tender documentation, please register on our new supplier portal, Atamis. We, NTS (trading name of DRS) have recently transferred to a new e-sourcing platform Atamis. It should only take a minute or two to register.

Supplier Portal Link
https://one-nda.force.com/s/Welcome

For any commercial questions, please do not hesitate to get in touch.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The view the tender documentation, please register on our new supplier portal, Atamis. We, NTS (trading name of INS) have recently transferred to this new e-sourcing platform Atamis. It should only take a minute or two to register.

Supplier Portal Link
https://one-nda.force.com/s/Welcome

For any commercial questions, please do not hesitate to get in touch.
Should you need technical assistance with the system, please contact our helpdesk on:
Phone: 029 2279 0052
E-mail: OneNDA@atamis.co.uk

six.4) Procedures for review

six.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.4.2) Body responsible for mediation procedures

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:
Any appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.