Tender

Transport for Wales Rail Mk4 Rebranding

  • Transport for Wales Rail Limited (Utility Buyer)

F05: Contract notice – utilities

Notice identifier: 2022/S 000-026611

Procurement identifier (OCID): ocds-h6vhtk-036ab6

Published 22 September 2022, 4:53pm



The closing date and time has been changed to:

17 October 2022, 5:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

Transport for Wales Rail Limited (Utility Buyer)

3 Llys Cadwyn, Pontypridd

Rhondda Cynon Taf

CF37 4TH

Contact

Paul M. Peters

Email

paulmpeters@omniaprocurement.onmicrosoft.com

Telephone

+44 7941365603

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.tfwrail.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA80566

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://www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.sell2wales.gov.wales

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Transport for Wales Rail Mk4 Rebranding

two.1.2) Main CPV code

  • 71311230 - Railway engineering services

two.1.3) Type of contract

Services

two.1.4) Short description

The Mk-4 Rolling Stock is a mixture of passenger and driver trailer vehicles. TfWR has purchased the following types:

- Tourist Open End (TOE);

- Tourist Open (TO);

- Tourist Open Disabled (TOD);

- Service Vehicle (SV);

- Premium Open Disabled (POD); and

- Driver Van Trailer (DVT).

The rolling stock was purchased in two (2) tranches:

- Tranche 1 – most recently operated by LNER; and

- Tranche 2 – most recently operated by Grand Central.

The Mk 4 vehicles have been formed into rakes consisting of one of each type of vehicle together with a Class 67 Vehicle.

The current livery of the combined fleet will be mixed and not instantly recognisable as TfWR operated trains. There are also issues with compliance of the Grand Central fleet with regards to PRM regulations.

In addition to this the LNER vehicles are vinyl wrapped and are already showing signs of aging with a dull appearance, blemishes and breaks in the vinyl.

To address the brand identity and PRM issues TfWR contracted DG8, a rail industrial design consultancy, to facilitate and produce concepts, designs and costings based upon the working groups requirements and compliance with industry standards.

The current re-branding exclude the Class 67 locomotive that is used to haul the Mk-4 Rolling Stock.

TfWR are now seeking a supplier or suppliers that can provide the services stated in the RfP.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71311230 - Railway engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Mk-4 Rolling Stock is a mixture of passenger and driver trailer vehicles that were originally built in 1989 by Metro-Cammell as part of the IC225 fleet operated on the East Coast Mainline. TfWR has purchased the following types:

- Tourist Open End - (TOE);

- Tourist Open - (TO);

- Tourist Open Disabled - (TOD);

- Service Vehicle - (SV);

- Premium Open Disabled – (POD); and

- Driver Van Trailer (DVT).

The rolling stock was purchased in two (2) tranches:

- Tranche 1 – most recently operated by LNER; and

- Tranche 2 – most recently operated by Grand Central.

The Mk 4 vehicles have been formed into rakes consisting of one of each type of vehicle together with a Class 67 Vehicle.

Branding and PRM Compliance

The current livery of the combined fleet will be mixed and not instantly recognisable as TfWR operated trains. There are also issues with compliance of the Grand Central fleet with regards to PRM regulations.

In addition to this the LNER vehicles are vinyl wrapped and are already showing signs of aging with a dull appearance, blemishes and breaks in the vinyl.

To address the brand identity and PRM issues TfWR contracted DG8, a rail industrial design consultancy, to facilitate and produce concepts, designs and costings based upon the working groups requirements and compliance with industry standards.

The current re-branding exclude the Class 67 locomotive that is used to haul the Mk-4 Rolling Stock.

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

12

This contract is subject to renewal

No

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

Must be able to comply with all laws, applicable standards and have the licences, competency and ability to perform the requirements of this tender.

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

Must be able to comply with all laws, applicable standards and have the licences, competency and ability to perform the requirements of this tender.

three.1.6) Deposits and guarantees required

Not Applicable

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Supplier to illustrate as part of proposal.

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

Reference to the relevant law, regulation or administrative provision

Must be able to comply with all laws, applicable standards and have the licences, competency and ability to perform the requirements of this tender.

three.2.2) Contract performance conditions

Please refer to procurement documentation


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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

13 October 2022

Local time

5:00pm

Changed to:

Date

17 October 2022

Local time

5:00pm

See the change notice.

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: 30 December 2022

four.2.7) Conditions for opening of tenders

Date

13 October 2022

Local time

5:00pm

Place

Online - Electronic Submissions

Information about authorised persons and opening procedure

Paul M. Peters

Hannah Noyce

Clare James


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

See procurement documentation.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=123312.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(WA Ref:123312)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom