Section one: Contracting entity
one.1) Name and addresses
FIRST RAIL HOLDINGS LIMITED
8th Floor,The Point, 37 North Wharf Road
LONDON
W21AF
Contact
Yolanda Hong
Country
United Kingdom
Region code
UKI32 - Westminster
Companies House
05154485
Internet address(es)
Main address
one.1) Name and addresses
First Greater Western Limited (GWR)
Milford House, 1 Milford Street, Swindon, Wiltshire
Swindon
SN1 1HL
Contact
Yolanda Hong
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
05113733
Internet address(es)
Main address
one.1) Name and addresses
First MTR South Western Limited (SWR)
8th Floor, The Point, 37 North Wharf Road
London
W2 1AF
Contact
Yolanda Hong
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
07900320
Internet address(es)
Main address
https://www.southwesternrailway.com
one.1) Name and addresses
First Trenitalia West Coast Rail Limited (AWC)
The Point, 37 North Wharf Road, Paddington
London
W2 1AF
Contact
Yolanda Hong
Country
United Kingdom
Region code
UKI7 - Outer London – West and North West
Companies House
10349442
Internet address(es)
Main address
https://www.avantiwestcoast.co.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://redirect.transaxions.com/events/UPV1R
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/UPV1R
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Services relating to Non-Hazardous Waste Removal and Waste Segregation Services
two.1.2) Main CPV code
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
two.1.3) Type of contract
Services
two.1.4) Short description
First Rail Holdings (FRH) are seeking to award a contract/s to a supplier/s with a proven track record of delivering high quality Non-Hazardous Waste Removal and Waste Segregation Services provider on behalf of Great Western Railway (GWR), South Western Railway (SWR) and Avanti West Coast (AWC). The contract/s will cover all stations, depots, and office facilities.
two.1.5) Estimated total value
Value excluding VAT: £10,490,626
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
First Greater Western Limited (GWR)
Lot No
1
two.2.2) Additional CPV code(s)
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKK - South West (England)
- UKL - Wales
two.2.4) Description of the procurement
FirstGroup are seeking to award a contract/s to a supplier/s with a proven track record of delivering high quality Non-Hazardous Waste Removal Services including Waste Segregation. The Supplier shall provide waste management Services on a per site basis, to ensure waste:
• is properly segregated,
• is properly stored,
• is prevented from uncontrolled discharge,
• is legally disposed of,
• is transferred only to an authorised person,
• is transferred with an adequate description,
• transfer documentation is kept for the statutory period.
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: £3,806,734
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
A 36 month initial contract term with an option to extend the agreement for a period of up to 12 months for the potential further 2 extension periods.
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
First MTR South Western Limited (SWR)
Lot No
2
two.2.2) Additional CPV code(s)
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
- UKJ2 - Surrey, East and West Sussex
- UKJ3 - Hampshire and Isle of Wight
two.2.4) Description of the procurement
FirstGroup are seeking to award a contract/s to a supplier/s with a proven track record of delivering high quality Non-Hazardous Waste Removal Services including Waste Segregation. The Supplier shall provide waste management Services on a per site basis, to ensure waste:
• is properly segregated,
• is properly stored,
• is prevented from uncontrolled discharge,
• is legally disposed of,
• is transferred only to an authorised person,
• is transferred with an adequate description,
• transfer documentation is kept for the statutory period.
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: £4,143,780
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
A 36 month initial contract term with an option to extend the agreement for a period of up to 12 months for the potential further 2 extension periods.
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
First Trenitalia West Coast Rail Limited (AWC)
Lot No
3
two.2.2) Additional CPV code(s)
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
Main site or place of performance
The entire Avanti West Coast operating area from London to the North West, Glasgow and into Wales.
two.2.4) Description of the procurement
FirstGroup are seeking to award a contract/s to a supplier/s with a proven track record of delivering high quality Non-Hazardous Waste Removal Services including Waste Segregation. The Supplier shall provide waste management Services on a per site basis, to ensure waste:
• is properly segregated,
• is properly stored,
• is prevented from uncontrolled discharge,
• is legally disposed of,
• is transferred only to an authorised person,
• is transferred with an adequate description,
• transfer documentation is kept for the statutory period.
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: £2,540,111
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
A 36 month initial contract term with an option to extend the agreement for a period of up to 12 months for the potential further 2 extension periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
5 August 2024
Local time
3:00pm
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.3) Additional information
Owing to the nature of the data being provided, full and un-restricted access to documents relating to this procurement opportunity will be subject to interested Suppliers signing and returning a Non-Disclosure Agreement (NDA). Please note that all suppliers will be required to sign a NDA before they are invited to the next stage (PQQ).
Final contract award will be subject to approval by the Secretary of State for Transport.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom