Tender

Provision of Maintenance Services for Help Points and Customer Information Systems

  • WEST MIDLANDS TRAINS LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-027824

Procurement identifier (OCID): ocds-h6vhtk-04026c

Published 20 September 2023, 4:34pm



Section one: Contracting entity

one.1) Name and addresses

WEST MIDLANDS TRAINS LIMITED

BIRMINGHAM

Contact

Simon Aldridge

Email

simon.aldridge@wmtrains.co.uk

Country

United Kingdom

Region code

UKG - West Midlands (England)

Companies House

09860466

Internet address(es)

Main address

www.westmidlandsrailway.co.uk

one.3) Communication

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

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

Additional information can be obtained from another address:

West Midlands Trains Limited

Birmingham

Contact

Simon Aldridge

Email

simon.aldridge@wmtrains.co.uk

Country

United Kingdom

Region code

UKG - West Midlands (England)

Internet address(es)

Main address

www.westmidlandsrailway.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Maintenance Services for Help Points and Customer Information Systems

Reference number

WMT 3442

two.1.2) Main CPV code

  • 50220000 - Repair, maintenance and associated services related to railways and other equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Planned Preventative Maintenance for Help Points and Customer Information Systems (CIS)

The scope of work is for the successful contractor to carry out planned station information & security systems maintenance at West Midlands Trains (WMT) Properties.

To renew, replace or install works to conform to the relevant standards for stations, depots or administration buildings, including any associated attendance works.

The successful contractor will be instructed on how to use West Midlands Trains computer aided facilities management system and will be required to monitor and operate this system on a daily basis.

The successful contractor will be authorized to undertake requested works with a pre-approval limit without requiring formal authorization, for specific pre-recorded CAFM jobs.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

West Midlands Trains ('The Employer') provides a scheduled train service throughout an agreed network of stations/depots between Liverpool and London Euston. Currently, there are 152 No. Stations and 6No. Depots. As part of these works the successful contractor will be required to carry out planned station information & security systems services at WMT Properties throughout the estate.

To renew, replace or install works to conform to the relevant standards (standards refers to British, European, International, West Midland Trains, Network Rail www.uk.ihs.com and Railway group standards www.rgsonline.co.uk;) for stations, depots or administration buildings, including any associated attendance works.

The successful contractor will be instructed on how to use West Midlands Trains computer aided facilities management system and will be required to monitor and operate this system on a daily basis. The successful contractor will be authorized to undertake requested works with a pre-approval limit without requiring formal authorization, for specific pre-recorded CAFM jobs.

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

32

This contract is subject to renewal

Yes

Description of renewals

Re-Tender exercise

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.14) Additional information

Interested parties should contract the named person by email at Section I.1 to register interest and request the Prequalification Questionnaire which shall be required to be completed by the time limit for receipt of expressions of interest at Section IV.2.2.

Scoring Matrix

The PQQ scoring will be as follows:-

SCORE GIVEN - QUALITATIVE GUIDANCE - SHORT GUIDANCE

0 - Question not answered or answer is irrelevant. - Not answered/irrelevant.

1 - Weak : Insufficient information to enable evaluation or contains major shortcomings or errors to make it non-complaint. - Worst in class/errors in submission.

2 - Below Satisfactory : partially complaint answer but with obvious deficiencies. Brief or incomplete answers with little or no supporting detail or wholly generic answer. - Below industry standard.

3 - Satisfactory : Answer meets the minimum requirements but lack convincing supporting detail to give confidence that they will meet requirements. Some attempt to provide relevant answers not generic. - In line with industry standard.

4 - Good : Thorough response with relevant supporting detail and evidence to give confidence that the requirements will be met. Tailored answers. - Above industry standard.

5 - Excellent : Comprehensive and well-structured response with excellent supporting evidence. Wholly bespoke for the protect and demonstrates exceptional understanding of the requirements. - Market leading.

SCORING PROCESS Where Yes is the required answer:

YES = PASS

NO = FAIL

WMT will assess additional information provided by the interested parties who select NO, but have additional information to justify their selection.

Where NO is the required answer

NO = PASS

YES = FAIL

WMT will assess additional information provided by the interested parties who select YES, but have additional information to justify their selection.


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

25 October 2023

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Department for Transport

Great Minster House, 33 Horseferry Road

London

SW1P 4DR

Country

United Kingdom