Opportunity

Southeastern Rail Replacement Bus Services

  • SE TRAINS LIMITED

F05: Contract notice – utilities

Notice reference: 2021/S 000-028373

Published 12 November 2021, 3:48pm



Section one: Contracting entity

one.1) Name and addresses

SE TRAINS LIMITED

ALBANY HOUSE FLOOR 8, 94 - 98 PETTY FRANCE

LONDON

SW1H 9EA

Contact

Tim Stockford

Email

tim.stockford@southeasternrailway.co.uk

Telephone

+44 7977272834

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

http://www.southeasternrailway.co.uk

one.3) Communication

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

https://www.smartsurvey.co.uk/s/4T07I6/

Additional information can be obtained from the above-mentioned address

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

one.6) Main activity

Urban railway, tramway, trolleybus or bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Southeastern Rail Replacement Bus Services

two.1.2) Main CPV code

  • 60200000 - Railway transport services

two.1.3) Type of contract

Services

two.1.4) Short description

The scope of this procurement is to ensure that we are providing PSVAR compliant replacement bus services for both planned and unplanned requirements across the Southeastern network.

The process will focus on four key points, which will be reflected within the contract upon award:

People

Product

Process

Improvements

The contract award will be on or around July 2022 with services due to commence from October 2022 (mobilisation dependent) with an initial contract term of 2-3 years. In addition, extension provisions will be made to allow for this contract to run up to 5 years in total.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Rail Replacement - Planned Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 60200000 - Railway transport services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

The scope of this procurement is to ensure that we are providing PSVAR compliant replacement bus services for both planned and unplanned requirements across the Southeastern network.

The process will focus on four key points, which will be reflected within the contract upon award:

People

Product

Process

Improvements

The contract award will be on or around July 2022 with services due to commence from October 2022 (mobilisation dependent) with an initial contract term of 2-3 years. In addition, extension provisions will be made to allow for this contract to run up to 5 years in total.

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

The contract is anticipated to run for an initial 2 -3 year term with discretionary options to extend up to a maximum of 5 years.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The contract is anticipated to run for an initial 2-3 year term with discretionary options to extend up to a maximum of 5 years.

two.2) Description

two.2.1) Title

Rail Replacement - Unplanned Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 60200000 - Railway transport services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

The scope of this procurement is to ensure that we are providing PSVAR compliant replacement bus services for both planned and unplanned requirements across the Southeastern network.

The process will focus on four key points, which will be reflected within the contract upon award:

People

Product

Process

Improvements

The contract award will be on or around July 2022 with services due to commence from October 2022 (mobilisation dependent) with an initial contract term of 2-3 years. In addition, extension provisions will be made to allow for this contract to run up to 5 years in total.

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

The contract is anticipated to run for an initial 2-3 year term with discretionary options to extend up to a maximum of 5 years.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The contract is anticipated to run for an initial 2-3 year term with discretionary options to extend up to a maximum of 5 years.


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

Restricted procedure

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

12 December 2021

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: 9 (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

SE Trains Limited

Albany House Floor 8, 94 - 98 Petty France

London

SW1H 9EA

Country

United Kingdom