Opportunity

EMR/JE/01 Rail Replacement

  • ABELLIO EAST MIDLANDS LIMITED

F05: Contract notice – utilities

Notice reference: 2022/S 000-020010

Published 22 July 2022, 1:04pm



Section one: Contracting entity

one.1) Name and addresses

ABELLIO EAST MIDLANDS LIMITED

2nd Floor St Andrew's House,18-20 St Andrew Street

LONDON

EC4A3AG

Contact

Sarah Garner

Email

sarah.garner@eastmidlandsrailway.co.uk

Telephone

+44 7990422842

Country

United Kingdom

NUTS code

UKF - East Midlands (England)

Internet address(es)

Main address

https://www.eastmidlandsrailway.co.uk/

one.3) Communication

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

http://redirect.transaxions.com/events/r2Pob

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://redirect.transaxions.com/events/r2Pob

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

EMR/JE/01 Rail Replacement

Reference number

EMR/JE/01

two.1.2) Main CPV code

  • 60100000 - Road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

The contract is for two years with the option to extend for an additional two twelve month periods for the provision of planned and unplanned rail replacement split into 2 lots, Lot 1 buses and Lot 2 Taxi's the below aims are applicable to the contract

• To enable customers to access a replacement service when trains are either cancelled, altered or disrupted on-the-day

• To, on occasion (and mainly on infrequent routes), provide a supplementary or backup transport option where trains or buses are predicted to be oversubscribed

• To provide taxi provision for planned and unplanned work including the transportation of staff

• To provide a safe environment for customers and staff to travel to their designed designation

• Provide excellent customer service to EMR customers

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

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

Lot 1 Buses

Lot No

1

two.2.2) Additional CPV code(s)

  • 60172000 - Hire of buses and coaches with driver

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKI - London

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.

Bus replacement travel must be available 24 hours a day

The supplier must be able to provide the following vehicles

• Coach - Shall mean a private hire vehicle equipped with high back comfortable seats and underfloor/boot luggage capacity. With seating capacity in excess of 48. PSVAR COMPLIANT

• Low Floor Service Bus - Shall mean a service bus style vehicle with folding entrance doors and low floor capability. With seating capacity in excess of 38 and standing 22. PSVAR COMPLIANT

• Low Floor Double Decker - Shall mean as above (Low Floor Service Bus) but split over two levels and having seating capacity in excess of 70. PSVAR COMPLIANT

• High Capacity Coach - Shall mean as per coach (above) but with seats with any seating configuration with seating capacity in excess of 70. PSVAR COMPLIANT PSVAR COMPLIANT

• Mini Bus - Shall mean a vehicle with seating capacity of 9-16 people PSVAR COMPLIANT

• Midi Bus - Shall mean a low floor service bus with a seating capacity of between 17 and 29. PSVAR COMPLIANT

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Two year initial contract up to a total of 4 years.

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

Lot 2 Taxis

Lot No

2

two.2.2) Additional CPV code(s)

  • 60120000 - Taxi services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKI - London

two.2.4) Description of the procurement

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

Taxi's must be available 24 hours a day

The supplier must be able to provide the following vehicles

• 5 seater vehicle

• 5 seater accessible vehicle

• 7 seter accessible vehicle

The Supplier shall employ a relevant system to interpret taxi requirements from train crew diagrams, ensuring that all required taxis are booked in advance with operators who abide by the requirements stated in this section.

The Supplier shall ensure they have a sufficient pool of wheelchair accessible vehicles to be able to provide such vehicles in any area of the EMR network within one hour.

Ability to provide the Customer with advanced detail of all taxi requirements in a line by line format. To include as a minimum, planned departure and arrival points, planned departure and arrival times, train crew turn number allocated to the taxi, date of booking, booked operator names, booked operator contact information and any relevant notes.

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Initial contract period of 2 years with the option to extend to a total of 4 years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


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


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

23 August 2022

Local time

11:00am

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

English

four.2.7) Conditions for opening of tenders

Date

23 August 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

Parties wishing to express an interest to participate in this contract opportunity must register your interest in this notice via http://redirect.transaxions.com/events/r2Pob

six.4) Procedures for review

six.4.1) Review body

Abellio East Midlands Limited

St Andrews House, 18-20 St Andrew Street London

C4A 3AG

Country

United Kingdom