Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
SE TRAINS LIMITED
03266762
Floor 2, 4 More London Riverside
LONDON
SE12AU
UK
Contact person: Ahmed Mostafa
E-mail: ahmed.mostafa@southeasternrailway.co.uk
NUTS: UKI32
Internet address(es)
Main address: https://www.southeasternrailway.co.uk/
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.smartsurvey.co.uk/s/J3CV4S/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Maintenance of track side assets, systems, and services at Southeastern Trains Depots.
II.1.2) Main CPV code
50225000
II.1.3) Type of contract
Services
II.1.4) Short description
The provision of service, inspection and maintenance of track side assets, systems, and services at Southeastern Train Depots.
II.1.5) Estimated total value
Value excluding VAT:
4 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ4
Main site or place of performance:
Ashford Train Care Depot
II.2.4) Description of the procurement
Core requirements for service, inspection, maintenance, and repair of track side assets. The core requirements will also cover call out response to ensure operation of the depot.
Maintenance accreditation and standards will be applicable (Network Rail and RISQS).
The successful contractor will be expected to work in partnership with Southeastern Trains Ltd, to maximise output of depot assets to deliver train service.
Non - core requirements are also included such as (ad hoc) increased service requirements/uplift against core. Additional non-core requirements such as, rail calibration and vegetation control and design service.
This contract is made up of core maintenance requirements at Ashford depot and includes options to supply non-core requirements such as renewals. The contract also includes provision for any additional depots to be included.
The estimated contract value is inclusive of core and non-core items and allows for the maximum contract duration.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
Initial contract award will be until October 2024
Options to extend 1 + 1 + 1
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Options to extend the contract for up to 3 years
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
Negotiated with call for competition
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/01/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
SE Trains limited
London
UK
VI.5) Date of dispatch of this notice
14/12/2022