Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Merseyrail Electrics 2002 Ltd
Rail House, Lord Nelson Street, Liverpool
Liverpool
L1 1JF
UK
Contact person: Paul Murthwaite
Telephone: +44 1519552092
E-mail: pmurthwaite@merseyrail.org
NUTS: UKD
Internet address(es)
Main address: http://www.merseyrail.org
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
http://redirect.transaxions.com/events/uvJBA
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://redirect.transaxions.com/events/uvJBA
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Principal Contractors Construction Framework
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
Merseyrail Electrics 2002 Ltd (Merseyrail) is currently delivering various projects across the network ranging from large schemes, station rebuilds and lift installations to small schemes covering booking office refurbishments. To procure these works we will be looking to create a contractors framework for construction works consisting of 3 (three) Lots that will be set at certain values.
Lot 1 — 0 GBP - 100 000 GBP.
Lot 2 — 100 000 GBP - 1 000 000 GBP.
Lot 3 — 1 000 000 GBP +.
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Merseyrail will be looking to appoint 4 contractors for Lot 1, and 3 contractors for both Lots 2 & 3.
II.2) Description
Lot No: 1
II.2.1) Title
Principal Contractors Construction Framework - 0 GBP - 100 000 GBP
II.2.2) Additional CPV code(s)
45000000
45200000
45100000
II.2.3) Place of performance
NUTS code:
UKD7
Main site or place of performance:
Merseyside
II.2.4) Description of the procurement
Lot 1 - 0 GBP - 100 000 GBP will encompass such works as defect repairs, minor refurbishments and potential enhancements across the network.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
24 months
II.2.10) Information about variants
Variants will be accepted:
No
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
Principal Contractors Construction Framework - 100 000 GBP - 1 000 000 GBP
II.2.2) Additional CPV code(s)
45000000
45300000
45400000
45200000
II.2.3) Place of performance
NUTS code:
UKD7
Main site or place of performance:
Merseyside
II.2.4) Description of the procurement
100 000 GBP - 1 000 000 GBP - Medium sizes schemes such as lift installations, booking office refurbishments, station and car park refurbishments.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
24 months
II.2.10) Information about variants
Variants will be accepted:
No
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: 3
II.2.1) Title
Principal Contractors Construction Framework - 1 000 000 GBP+
II.2.2) Additional CPV code(s)
45000000
45300000
45400000
45100000
45200000
II.2.3) Place of performance
NUTS code:
UKD7
Main site or place of performance:
Merseyside.
II.2.4) Description of the procurement
1 000 000 GBP+ large schemes such as new station design and build, station enhancements etc.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
5 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
24 months
II.2.10) Information about variants
Variants will be accepted:
No
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As detailed in the supplier qualification documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
As detailed in the supplier qualification documents.
III.1.6) Deposits and guarantees required:
Relevant details will be sent to the shortlisted companies. Further information can be found in the draft tender documentation accompanying the selection questionnaire.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be provided to the shortlisted companies.
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the supplier qualification documents.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the supplier qualification documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 10
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:
15/06/2018
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
24/07/2018
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Merseyrail is an urban network of vital importance to the transport infrastructure of Liverpool and its environs, operating on the Wirral and Northern Lines within Merseyside. It is one of the most punctual and reliable railway networks in the UK, with consistently high scores for customer satisfaction.
At a glance:
— 75 route miles, outer termini at Southport, Ormskirk, Kirkby, Hunts Cross on the Northern Line, and New Brighton, West Kirby, Chester and Ellesmere Port on the Wirral Line,
— Core city centre underground network, including 6,5 miles in tunnels and 5 underground stations, giving easy access to work, study, shopping and leisure,
— underground section includes the original Mersey railway tunnel opened in 1886,
— approximately 100 000 passenger journeys per weekday or 36 million passenger journeys per annum,
— nearly 50 % of passengers are daily users,
— 67 stations of which 66 are managed by Merseyrail,
— one of the most intensively used networks in the UK with over 800 train services daily (Monday to Friday),
— clockface, regular interval timetable (15 minute frequencies, increasing to 5 minute on city centre sections),
— approximately 1 200 staff,
— a fleet of 59 refurbished Class 507 and 508 trains.
Merseyrail is a unique concession in the UK as the Department for Transport has been delegated by Parliament to the Merseyside Passenger Transport Executive (Merseytravel) and the concession agreement is between Merseyrail and Merseytravel. This gives much better local control by local people of local services. Another unique feature is the length of the concession which is 25 years from 20.7.2003 with review dates along the way.
The concession is operated by Merseyrail Electrics 2002 Ltd, a 50/50 joint venture company between Serco and Abellio.
Please see the SQ expression of interest document for further detail on this procurement.
VI.4) Procedures for review
VI.4.1) Review body
Merseyrail Electrics 2002 Ltd
Rail House, Lord Nelson Street
Liverpool
L1 1JF
UK
E-mail: jjones@merseyrail.org
VI.4.2) Body responsible for mediation procedures
See Section VI.4.1
Liverpool
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Merseyrail Electrics 2002 Ltd will incorporate a standstill period, following award of the contract. The period shall commence on the day following award notification, and shall be in accordance with the utilities contracts Regulations 2015, and all subsequent amendments and directives. At present, this standstill period shall be no less than 10 calendar days. This period allows unsuccessful tenders to seek further debriefing from Merseyrail Electrics 2002 Ltd before the contract is entered into.
The utilities contracts Regulations 2015 provide for aggrieved parties who have been harmed, or at risk of harm by a breach of the rules, to take action. Any such action must be brought within 30 days (or the first working day thereafter) of the date when the aggrieved party knew or ought reasonably have known about the alleged breach. Where a contract has not been entered into, the Court may order the setting aside of the award decision, or order the authority to amend any document and may award damages. If the contract has been entered into, the Court may only award damages.
VI.4.4) Service from which information about the review procedure may be obtained
See Section VI.4.1
Liverpool
UK
VI.5) Date of dispatch of this notice
11/05/2018