Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

20 Modification Notice (Utilities)

Valley Rail Partnership No.2 LLP for the manufacture, supply, maintenance and leasing of 36 x 3-car Citylink metro units (the “Metro Units”)

  • First published: 23 December 2022
  • Last modified: 23 December 2022
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-127509
Published by:
Transport for Wales Rail Limited (Utility Buyer)
Authority ID:
AA80566
Publication date:
23 December 2022
Deadline date:
-
Notice type:
20 Modification Notice (Utilities)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Rolling stock leasing agreement and associated maintenance arrangements between Keolis Amey Operations / Gweithrediadau Keolis Amey Limited (“KA”), the then operator of the Wales and Borders Franchise and Valley Rail Partnership No.2 LLP, Stadler Rail Valencia S.A.U and Stadler Rail Service UK Limited for the manufacture, supply, maintenance and leasing of 36 x 3-car Citylink metro units (the “Metro Units”) CPV: 34600000, 50220000.

Full notice text

Modification notice

Modification of a contract/concession during its term

Section I: Contracting authority

I.1) Name and addresses

Transport for Wales and Transport for Wales Rail Limited (Utility Buyer)

3 Llys Cadwyn, Pontypridd

Rhondda Cynon Taf

CF37 4TH

UK

Contact person: Head of Procurement

Telephone: +44 3333211202

E-mail: Procurement@tfw.wales

NUTS: UKL

Internet address(es)

Main address: http://www.tfwrail.wales

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA80566

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Valley Rail Partnership No.2 LLP for the manufacture, supply, maintenance and leasing of 36 x 3-car Citylink metro units (the “Metro Units”)

II.1.2) Main CPV code

34600000

 

II.1.3) Type of contract

Supplies

II.2) Description

II.2.2) Additional CPV code(s)

50220000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Cardiff and South Wales Valleys

II.2.4) Description of the procurement

Rolling stock leasing agreement and associated maintenance arrangements between Keolis Amey Operations / Gweithrediadau Keolis Amey Limited (“KA”), the then operator of the Wales and Borders Franchise and Valley Rail Partnership No.2 LLP, Stadler Rail Valencia S.A.U and Stadler Rail Service UK Limited for the manufacture, supply, maintenance and leasing of 36 x 3-car Citylink metro units (the “Metro Units”)

II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months: 300

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.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 000-000000

Section V: Award of contract/concession

Contract No: 02

Title: Valley Rail Partnership No.2 LLP for the manufacture, supply, maintenance and leasing of 36 x 3-car Citylink metro units (the “Metro Units”)

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

23/01/2019

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor/concessionaire

Valley Rail Partnership No.2 LLP

OC425122

3rd Floor, South Building, 200 Aldersgate Street

London

EC1A 4HD

UK

NUTS: UKI

The contractor/concessionaire is an SME: No

V.2.3) Name and address of the contractor/concessionaire

Stadler Rail Service UK Limited

09894948

1 Mann Island (8th Floor)

Liverpool

L3 1BP

UK

NUTS: UKD

The contractor/concessionaire is an SME: No

V.2.3) Name and address of the contractor/concessionaire

Stadler Rail Valencia S.A.U

Polígono Industrial del Mediterráneo, Carrer Mitgera, 6, 46550

Valencia

ES

NUTS: ES523

The contractor/concessionaire is an SME: No

V.2.4) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot: /concession: 461 557 000.00  GBP

Section VI: Complementary information

VI.3) Additional information

The original procurement was carried out by a private company, Keolis Amey Operations / Gweithrediadau Keolis Amey Limited (“KA”), the then operator of the Wales and Borders Franchise. Therefore it was not required to be advertised in accordance with Directive 2014/24/EU or Directive 2014/25/EU.

(WA Ref:127509)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

As set out in the Public Contracts Regulations 2015 / Utilities Contracts Regulations 2016

VI.5) Date of dispatch of this notice

23/12/2022

Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

VII.1.1) Main CPV code

34600000

 

VII.1.2) Additional CPV code(s)

50220000

VII.1.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Cardiff and South Wales Valleys

VII.1.4) Description of the procurement

Valley Rail Partnership No.2 LLP for the manufacture, supply, maintenance and leasing of 36 x 3-car Citylink metro units (the “Metro Units”)

VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months: 420

VII.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the procurement: 530 007 000.00 GBP

The contract/concession has been awarded to a group of economic operators: Yes

VII.1.7) Name and address of the contractor/concessionaire

Valley Rail Partnership No.2 LLP

OC425122

3rd Floor, South Building, 200 Aldersgate Street

London

EC1A 4HD

UK

NUTS: UKI

The contractor/concessionaire is an SME: No

VII.1.7) Name and address of the contractor/concessionaire

Stadler Rail Valencia SAU

Polígono Industrial del Mediterráneo, Carrer Mitgera, 6, 46550 Albuixech,

Valencia

ES

NUTS: ES523

The contractor/concessionaire is an SME: No

VII.1.7) Name and address of the contractor/concessionaire

Stadler Rail Service UK Limited

09894948

1 Mann Island (8th Floor)

Liverpool

L3 1BP

UK

NUTS: UKD

The contractor/concessionaire is an SME: No

VII.2) Information about modifications

VII.2.1) Description of the modifications

Due to Covid-19 restrictions / related matters, TfWRL replaced KA in February 2021 under s.30 of the Railways Act 1993. TfWRL and its parent TfW are contracting authorities and also utilities in relation to the rail network. Due to Welsh Government's and TfW's decision to retain in the public sector maintenance workers who had transferred from KA to TfWRL under TUPE, changes were negotiated to the maintenance agreements associated with the Metro Units so that the agreements become Technical Support and Spares Supply Agreements (TSSSAs) instead of Train Services Agreements (TSAs), with TfWRL taking over the role of the maintainer of the Metro Units. TfWRL will replace SRS UK as maintainer, with SRS UK taking on a technical support and spares supply role. As a result of the change in maintainer of the Stadler Fleets, some knock-on amendments to the Manufacture and Supply Agreements (MSAs) are also required, to bring them in line with the change in maintenance arrangements. As a consequence of these changes, the leasing arrangements have been extended in order to deal with the impact on the residual value risk for the Owner of the Metro Units of moving to a TSSSA maintenance arrangement, protecting the exclusive rights of the Owner as the owner of the Stadler Fleets. A move from TSAs to TSSSAs exposes the Owner to additional risks, in particular re: its ability to re-lease the Metro Units at the end of the period of the undertaking under s.54 of the Railways Act 1993 provided by Welsh Government, being 31 December 2048. In order to protect the Owner against these additional risks, and to protect the exclusive rights of the Owner as the owner of the Stadler Fleets, the s.54 undertakings are to be extended for a further 10 years, to 2058. Further, as Stadler owns the Intellectual Property in the Metro Units, as the original supplier of the Metro Units, the parties jointly agree that in order to protect the exclusive rights of Stadler, Stadler will provide the revised TSSSA services (and assist TfW in providing the revised maintenance arrangements). It would not be practically possible from an IP ownership perspective nor a technical perspective for anyone other than Stadler to perform the strategic TSSSA service and role.

TfW/TfWRL relies on R.72(1)(c) of the Public Contracts Regulations 2015 (PCR) / R.88(1)(c) of the Utilities Contracts Regulations (UCR) 2016 as set out below. Further or in the alternative. TfW/TfWRL relies on R.72(1) (b) of PCR / R.88(1)(b) of UCR on the grounds that it would not be technically possible for another supplier to provide the revised arrangements which have become necessary in respect of the Metro Units without serious inconvenience or duplication of cost. This is given Stadler's technical knowledge and experience with the Metro Units, as the original supplier of the Metro Units, and the fact that the Owner owns and controls the Metro Unit fleet.

Further or in the further alternative, TfW/TfWRL relies on R.32(2)(b)(ii) and/or (iii) PCR / R.50(1)(c)(ii) and/or (iii) UCR (competition is absent for technical reasons and/or protection of exclusive rights) because only the Owners of the Metro Units can provide the revised lease arrangements detailed above (as the owner of the Metro Unit fleet), and Stadler's knowledge and experience of the Metro Units and ownership of IP rights in terms of being able to provide the technical support and spares supply required by these TSSSA maintenance arrangements. Given the additional risks to which the Owner is exposed, the conditions set out above play an important role in the feasibility of the move from a TSA to a TSSSA.

VII.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

The impact of Covid-19 restrictions made it commercially unviable for KA to continue operating train services and forced TfWRL to step in as operator of last resort. This caused the maintenance employees (who would otherwise have transferred from KA to the Metro Units maintainer, Stadler) to come into public sector employment. Welsh Government and TfW made a decision not to transfer these employees to the private sector. This necessitated the change from TSAs to TSSSAs (as above). The leasing arrangements have been extended in order to deal with the impact on the RV risk for the Owner of moving to a TSSSA maintenance arrangement, so as to protect their exclusive rights and contractual position as the owner of the fleet. Alternatively, TfW/TfWRL rely on the equivalent provisions of R.88(1)(c) of the Utilities Contracts Regulations 2016.

VII.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)

Value excluding VAT: 461 557 000.00 Currency: GBP

Total contract value after the modifications

Value excluding VAT: 530 007 000.00 Currency: GBP

Coding

Commodity categories

ID Title Parent category
34600000 Railway and tramway locomotives and rolling stock and associated parts Transport equipment and auxiliary products to transportation
50220000 Repair, maintenance and associated services related to railways and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Procurement@tfw.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.