Tender

TransPennine Express (TPE) is seeking expressions of interest from suppliers for provision of train cleaning and servicing at a third-party site in the Doncaster area.

  • FIRST TRANSPENNINE EXPRESS LIMITED

F05: Contract notice – utilities

Notice identifier: 2021/S 000-032420

Procurement identifier (OCID): ocds-h6vhtk-03061b

Published 29 December 2021, 7:08pm



Section one: Contracting entity

one.1) Name and addresses

FIRST TRANSPENNINE EXPRESS LIMITED

8TH FLOOR, THE POINT, 37 NORTH WHARF ROAD

LONDON

W2 1AF

Contact

Stephen Stewart

Email

stephen.stewart@firstrail.com

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

https://www.tpexpress.co.uk/

one.3) Communication

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

http://redirect.transaxions.com/events/oJXy5

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

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

TransPennine Express (TPE) is seeking expressions of interest from suppliers for provision of train cleaning and servicing at a third-party site in the Doncaster area.

two.1.2) Main CPV code

  • 90910000 - Cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

TransPennine Express (TPE) is seeking expressions of interest from suppliers for provision of train cleaning and servicing at a third-party site in the Doncaster area.

The services will be carried out on TPE's fleet of Mark 5a locomotive hauled coaches and Class 68 diesel-electric locomotives. The Mark 5a sets consist of five coaches, one of which is a driving trailer vehicle, and each set consists of four standard class vehicles and one first class vehicle which also includes a galley area. The scope of work will include:

• Provision of an on-site team leader / supervisor;

• Provision of accommodation on the third-party site for site operatives and traincrews (using quality, temporary buildings);

• Provision of a cleaning team to provide a high quality daily (overnight) clean to two Mark 5a sets each night during a minimum four-hour overnight window. The cleaning will include the galley area;

• Provision of controlled emission toilet emptying on the Mark 5a sets and management of removed waste;

• Provision of front-end hand washing of the Mark 5a driving trailer and Class 68 locomotive front end;

• Provision cleaning of each of the cabs of the Class 68 locomotives;

• Provision of a train servicing team to undertake safety checks and service quality checks on the Mark 5a vehicles during a minimum four-hour overnight window;

• Provision of a full train preparation of two train sets (locomotives and coaches) during a minimum four-hour overnight window;

• Performance of minor repairs to the Mark 5a coaches during the minimum four-hour overnight window; and

• Issuance of certificates to each train set following successful completion of the services.

The following services will be an option that TPE may choose to adopt at either contract commencement or at a later stage:

• A fuel point service of two Class 68 locomotives; and

• The addition of a third train set.

The services need to be fully mobilised in time for trains to be serviced on site from the timetable change date in May 2022.

Services will be carried out seven nights per week with the exception of 25th December.

Each person engaged in the services shall be required to be fully competent in providing those services and the supplier shall operate a competence management system that aligns with railway industry best practice.

Site familiarisation will be carried out by the third-party site owner. TPE shall provide the training in relation to the Mark 5a sets and the full train preparation.

Spares, sand, oils and greases (if required) will be free-issued to the supplier.

Cleaning materials and consumables (e.g. toilet paper) shall be supplied by the supplier in accordance with specifications for cleaning of the Mark 5a and Class 68 vehicles.

The supplier shall be required to act collaboratively with the third-party site owner and TPE to ensure a seamless and efficient operation.

The supplier will be required to comply with all relevant Group Standards and Rail Industry Standards in the performance of the services.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKH - East of England
Main site or place of performance

Third Party Site in Doncaster area

two.2.4) Description of the procurement

TransPennine Express (TPE) is seeking expressions of interest from suppliers for provision of train cleaning and servicing at a third-party site in the Doncaster area.

The services will be carried out on TPE's fleet of Mark 5a locomotive hauled coaches and Class 68 diesel-electric locomotives. The Mark 5a sets consist of five coaches, one of which is a driving trailer vehicle, and each set consists of four standard class vehicles and one first class vehicle which also includes a galley area. The scope of work will include:

• Provision of an on-site team leader / supervisor;

• Provision of accommodation on the third-party site for site operatives and traincrews (using quality, temporary buildings);

• Provision of a cleaning team to provide a high quality daily (overnight) clean to two Mark 5a sets each night during a minimum four-hour overnight window. The cleaning will include the galley area;

• Provision of controlled emission toilet emptying on the Mark 5a sets and management of removed waste;

• Provision of front-end hand washing of the Mark 5a driving trailer and Class 68 locomotive front end;

• Provision cleaning of each of the cabs of the Class 68 locomotives;

• Provision of a train servicing team to undertake safety checks and service quality checks on the Mark 5a vehicles during a minimum four-hour overnight window;

• Provision of a full train preparation of two train sets (locomotives and coaches) during a minimum four-hour overnight window;

• Performance of minor repairs to the Mark 5a coaches during the minimum four-hour overnight window; and

• Issuance of certificates to each train set following successful completion of the services.

The following services will be an option that TPE may choose to adopt at either contract commencement or at a later stage:

• A fuel point service of two Class 68 locomotives; and

• The addition of a third train set.

The services need to be fully mobilised in time for trains to be serviced on site from the timetable change date in May 2022.

Services will be carried out seven nights per week with the exception of 25th December.

Each person engaged in the services shall be required to be fully competent in providing those services and the supplier shall operate a competence management system that aligns with railway industry best practice.

Site familiarisation will be carried out by the third-party site owner. TPE shall provide the training in relation to the Mark 5a sets and the full train preparation.

Spares, sand, oils and greases (if required) will be free-issued to the supplier.

Cleaning materials and consumables (e.g. toilet paper) shall be supplied by the supplier in accordance with specifications for cleaning of the Mark 5a and Class 68 vehicles.

The supplier shall be required to act collaboratively with the third-party site owner and TPE to ensure a seamless and efficient operation.

The supplier will be required to comply with all relevant Group Standards and Rail Industry Standards in the performance of the services.

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

24

This contract is subject to renewal

Yes

Description of renewals

Optional extension of 12 months subject to performance and associated approvals by the Department for Transport.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Optional extension of 12 months subject to performance and associated approvals by the Department for Transport.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

The supplier will be required to comply with all relevant Group Standards and Rail Industry Standards in the performance of the services.


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

14 January 2022

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

21 January 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

Country

United Kingdom