Tender

TfWRL Facilities Management

  • Transport for Wales Rail Limited (Utility Buyer)

F05: Contract notice – utilities

Notice identifier: 2022/S 000-026632

Procurement identifier (OCID): ocds-h6vhtk-036ac9

Published 23 September 2022, 8:48am



The closing date and time has been changed to:

11 November 2022, 12:00pm

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

Email

nathan.jones@tfwrail.wales

Telephone

+44 2920720500

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

Access to the procurement documents is restricted. Further information can be obtained 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

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

TfWRL Facilities Management

Reference number

TEN047

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

TfW operate a diverse estate of 248 stations and ancillary properties across Wales and the border regions. These stations are the gateway to our network and invariably the heartbeat of the local communities which they serve. The next iteration of our Facilities Management (FM) arrangements will commence in early 2023 and need to reflect the importance of these facilities as well as current and future customer aspirations.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79993000 - Building and facilities management services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Hard FM Procurement will be sourced in accordance with an Open Procedure of the Utilities Contracts Regulations 2015

The proposed contract covers the provision of preventative (PPM) maintenance and reactive maintenance along with ancillary services for sites across the Wales and borders network. The station estate (248 locations) and ancillary buildings are outlined in Appendix 1 to this document and have been divided into 3 lots due to their geographical locations. You may choose to tender for all lots or select certain lots:

Lot 1 – North

Lot 2 – South

Lot 3 – Core Valley Lines (CVL)

Lot 4 – All stations (ie Lot 1 + Lot 2 + Lot 3)

The following scope will apply to this tender:

The Supplier must provide a Computer Aided Facilities Management (CAFM) system to request and have recorded works and/or faults relating to the property and its assets 365 days per year, 7 days per week and 24 hours a day.

The Supplier must have the capability to manage and implement remedies to address asset faults and breakdowns requiring multiple trades. The Supplier will be accountable for the quality of service from its own supply chain and subcontractors

The Supplier must be fully conversant with all relevant current and pending legislation. As our expert partner, the Service provider must advise of the requirements to achieve compliance, its risks from areas of non-compliance and relevant mitigation techniques.

Please refer to Volume 5 – Scope of Work and all relevant attachments, included in the tender documentation, for the full scope of work.

Please Note: The scope of service will fluctuate over time, both up and down, to potentially include new work packages, new locations such as stations, depots or ancillary buildings, and additional subsidiaries of Transport for Wales.

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

60

This contract is subject to renewal

Yes

Description of renewals

3 year contract with an option to extend for a further 2 years

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The scope of service will fluctuate over time, both up and down, to potentially include new work packages, new locations such as stations, depots or ancillary buildings, and additional subsidiaries of Transport for Wales.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Access to supplementary detail required to prepare a bid are stored on a SharePoint site which is password protected - to obtain access, an NDA will need to be signed. Please follow the instructions outlined in Volume 5 - Scope


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

three.1.3) Technical and professional ability

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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 022-120731

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

Originally published as:

Date

24 October 2022

Local time

12:00pm

Changed to:

Date

11 November 2022

Local time

12:00pm

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

Duration in months: 90 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 November 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 5 years from contract start date

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

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=124964.

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.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

All requirements are outlined in the tender documents

(WA Ref:124964)

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