Awarded contract

TfWRL Facilities Management

  • Transport for Wales Rail Limited (Utility Buyer)

F06: Contract award notice – utilities

Notice reference: 2023/S 000-032103

Published 31 October 2023, 11:24am



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.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

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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 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 000-026632


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 March 2023

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

VINCI Facilities

Astral House, Imperial Way

Watford

WD244WW

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No


Section six. Complementary information

six.3) Additional information

(WA Ref:135997)

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