Contract award notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
WEST MIDLANDS TRAINS LIMITED
09860466
2nd Floor,St Andrews House, 20 St. Andrew Street
LONDON
EC4A3AG
UK
Contact person: Peter Connell
Telephone: +44 7912595544
E-mail: peter.connell@wmtrains.co.uk
NUTS: UKG
Internet address(es)
Main address: https://www.westmidlandsrailway.co.uk
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
WMT 3277 Provision of Rail Replacement Bus(es) + Taxi(s) Managed Service
Reference number: WMT 3277
II.1.2) Main CPV code
60100000
II.1.3) Type of contract
Services
II.1.4) Short description
Rail replacement managed service in relation to the movement of rail customers by either coach or bus, whether planned or in an emergency during major train service disruption.
Bus replacement travel must be available 24 hours a day
The supplier must be able to provide the following vehicles
• Coach - Shall mean a private hire vehicle equipped with high back comfortable seats and underfloor/boot luggage capacity. With seating capacity in excess of 48. PSVAR COMPLIANT
• Low Floor Service Bus - Shall mean a service bus style vehicle with folding entrance doors and low floor capability. With seating capacity in excess of 38 and standing 22. PSVAR COMPLIANT
• Low Floor Double Decker - Shall mean as above (Low Floor Service Bus) but split over two levels and having seating capacity in excess of 70. PSVAR COMPLIANT
• High Capacity Coach - Shall mean as per coach (above) but with seats with any seating configuration with seating capacity in excess of 70. PSVAR COMPLIANT PSVAR COMPLIANT
• Mini Bus - Shall mean a vehicle with seating capacity of 9-16 people PSVAR COMPLIANT
• Midi Bus - Shall mean a low floor service bus with a seating capacity of between 17 and 29. PSVAR COMPLIANT
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Lowest offer:
/ Highest offer:
II.2) Description
Lot No: 1
II.2.1) Title
Buses
II.2.2) Additional CPV code(s)
60172000
II.2.3) Place of performance
NUTS code:
UKD
UKG
UKI
II.2.4) Description of the procurement
Rail replacement managed service in relation to the movement of rail customers by either coach or bus, whether planned or in an emergency during major train service disruption.
Bus replacement travel must be available 24 hours a day
The supplier must be able to provide the following vehicles
• Coach - Shall mean a private hire vehicle equipped with high back comfortable seats and underfloor/boot luggage capacity. With seating capacity in excess of 48. PSVAR
COMPLIANT
• Low Floor Service Bus - Shall mean a service bus style vehicle with folding entrance doors and low floor capability. With seating capacity in excess of 38 and standing 22. PSVAR COMPLIANT
• Low Floor Double Decker - Shall mean as above (Low Floor Service Bus) but split over two levels and having seating capacity in excess of 70. PSVAR COMPLIANT
• High Capacity Coach - Shall mean as per coach (above) but with seats with any seating configuration with seating capacity in excess of 70. PSVAR COMPLIANT PSVAR COMPLIANT
• Mini Bus - Shall mean a vehicle with seating capacity of 9-16 people PSVAR COMPLIANT
• Midi Bus - Shall mean a low floor service bus with a seating capacity of between 17 and 29. PSVAR COMPLIANT
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Taxis
II.2.2) Additional CPV code(s)
60120000
II.2.3) Place of performance
NUTS code:
UKD
UKG
UKI
II.2.4) Description of the procurement
Taxi management services related to the movement of customers and staff (weekly ongoing services and ad-hoc requirements) and ad-hoc customer movements in times of train service disruption across the entire WMT area.
Taxi's must be available 24 hours a day
The supplier must be able to provide the following vehicles
• 5 seater vehicle
• 5 seater accessible vehicle
• 7 seater accessible vehicle
The Supplier shall employ a relevant system to interpret taxi requirements from train crew diagrams, ensuring that all required taxis are booked in advance with operators who abide by the requirements stated in this section.
The Supplier shall ensure they have a sufficient pool of wheelchair accessible vehicles to be able to provide such vehicles in any area of the WMT network within one hour.
Ability to provide the Customer with advanced detail of all taxi requirements in a line by line format. To include as a minimum, planned departure and arrival points, planned departure and arrival times, train crew turn number allocated to the taxi, date of booking, booked operator names, booked operator contact information and any relevant notes.
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-021907
Section V: Award of contract
Lot No: 1
Contract No: WMT 3277
Title: Buses
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
17/04/2023
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: WMT 3277
Title: Taxis
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
17/04/2023
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Department for Transport
Horseferry Road
London
UK
VI.5) Date of dispatch of this notice
18/04/2023