Section one: Contracting entity
one.1) Name and addresses
London North Eastern Railway Limited
West Offices, Station Rise
York
YO1 6GA
Contact
Cathy Mawson
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/account/login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/account/login
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply of Class 91 Wheelsets
Reference number
DN2618
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
London North Eastern Railway Limited (LNER) is a publicly-owned train operating company. Our parent company is DfT Operator of Last Resort (OLR) Holdings Limited, which is owned by the Secretary of State for Transport.
LNER operates a fleet of 8 x InterCity 225 trains (the IC225 Fleet) consisting of 84 x MKIV coaches and 12 x Class 91 locomotives. The IC225 Fleet is leased from Eversholt Rail and maintained by Northern Trains at Neville Hill TrainCare Centre in Leeds.
LNER invites suppliers to tender for the overhaul of 52 x Class 91 wheelsets, including the accompanying gearboxes. The wheelsets are to be overhauled to EV/CI1056, Issue 8.
two.1.5) Estimated total value
Value excluding VAT: £4,160,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
LNER invites suppliers to tender for the overhaul of 52 x Class 91 wheelsets, including the accompanying gearboxes.
These will undergo either a H2 6 year overhaul (full life) or a H1 3 year overhaul (half-life), depending on the previous overhaul performed. The wheelsets are to be overhauled to EV/CI1056, Issue 8.
The delivery schedule is projected to span from August 2025 to October 2026.
To participate in this procurement, suppliers must hold RISAS accreditation for overhaul of powered wheelsets and maintain accreditation for the duration of the contract.
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: £4,160,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
31 December 2026
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
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.2.14) Additional information
This procurement and all communication with suppliers will be managed electronically via the Proactis system.
To participate in this procurement, suppliers must register an interest on the Proactis system and complete the pre-qualification questionnaire (PQQ) by 24 June 2024 at 12:00pm.
If suppliers are not yet registered on Proactis, this can be done online at: https://supplierlive.proactisp2p.com/Account/Login. Once registered on the Proactis system, suppliers can register interest for a specific procurement.
Suppliers must download the PQQ, complete and upload on to the Proactis system by 24 June 2024 at 12:00pm. Suppliers will be shortlisted on the basis of their response to the PQQ.
Suppliers should note that the expected procurement timetable is as follows:
• Registration of interest and completed PQQ deadline: 24 June 2024 at 12:00pm.
• Invitation to tender issued: 1 July 2024.
• Bid submission deadline: 12 August 2024 at 12:00pm.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
To participate in this procurement, suppliers must hold RISAS accreditation for overhaul of powered wheelsets and maintain accreditation for the duration of the contract.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
24 June 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 July 2024
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
All additional information can be found within the procurement documents which can be
found at https://supplierlive.proactisp2p.com/Account/Login.
six.4) Procedures for review
six.4.1) Review body
London North Eastern Railway Limited
West Offices, Station Rise
York
YO1 6GA
Country
United Kingdom