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
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