Section one: Contracting entity
one.1) Name and addresses
WEST MIDLANDS TRAINS LIMITED
BIRMINGHAM
Contact
Simon Aldridge
Country
United Kingdom
Region code
UKG - West Midlands (England)
Companies House
09860466
Internet address(es)
Main address
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
Country
United Kingdom
Region code
UKG - West Midlands (England)
Internet address(es)
Main address
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