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
paulmpeters@omniaprocurement.onmicrosoft.com
Telephone
+44 7941365603
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
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