Tender

Provision of project management services

  • WEST MIDLANDS TRAINS LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-018125

Procurement identifier (OCID): ocds-h6vhtk-046f46

Published 12 June 2024, 9:53am



Section one: Contracting entity

one.1) Name and addresses

WEST MIDLANDS TRAINS LIMITED

2nd Floor,St Andrews House, 20 St. Andrew Street

LONDON

EC4A3AG

Email

procurement@wmtrains.co.uk

Country

United Kingdom

Region code

UKG - West Midlands (England)

Companies House

09860466

Internet address(es)

Main address

https://www.westmidlandsrailway.co.uk/

Buyer's address

https://s2c.waxdigital.co.uk/Abellio/SignIn.aspx

one.3) Communication

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

https://s2c.waxdigital.co.uk/Abellio/SignIn.aspx

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://s2c.waxdigital.co.uk/Abellio/SignIn.aspx

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of project management services

Reference number

WDT 015

two.1.2) Main CPV code

  • 72224000 - Project management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Property Projects team is responsible for delivery of all the infrastructure projects across the entire WMT stations portfolio. This includes the delivery of Business Plan Commitment (BPC) projects that we have as an obligation to the DfT, other internal projects, 3rd party funded projects delivered by WMT as well as manage the interface with 3rd party delivered projects on our estate.

The overall requirement for delivery of internal projects is to provide:

• Improvement in customer experience to our customers

• Improvement in the customer facilities being offered at the station

• Improvement in safety and security for passengers and staff

• Improvement in the staff facilities at the station.

The interface management of 3rd party delivered schemes is to ensure that:

• WMT requirements for the station are identified and incorporated as part of the scope

• Impact assessment of the proposed works will have on the existing station and ensure mitigations are in place to address these

• Future capacity of the station and facilities are taken into account

• Operational, cleaning and maintenance factors are accounted for during the design phases

• Construction impact to existing station operations are considered early to ensure that disruption to existing station and passengers are minimised

• Protecting WMT commercially and ensuring that WMT are indemnified against any additional operational and maintenance costs

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Please see Specification document

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: £4,000,000

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

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

Please Instructions for Bidders document

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for a further 12 + 12 months


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

12 July 2024

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

Duration in months: 3 (from the date stated for receipt of tender)


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

To be confirmed

N/A

Country

United Kingdom