Section one: Contracting authority
one.1) Name and addresses
Direct Rail Services Limited
Regents Court, Baron Way
Carlisle
CA6 4SJ
Contact
christina colgan
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
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
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.