Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
FIRST RAIL HOLDINGS LIMITED
05154485
8th Floor,The Point, 37 North Wharf Road
LONDON
W21AF
UK
Contact person: Maria Banuls
E-mail: maria.banuls@firstrail.com
NUTS: UKI32
Internet address(es)
Main address: http://www.firstgroupplc.com
I.1) Name and addresses
First Greater Western Limited
05113733
Milford House, 1 Milford Street, Swindon, Wiltshire, SN1 1HL
Swindon, Wiltshire
SN1 1HL
UK
Contact person: Maria Banuls
E-mail: maria.banuls@firstrail.com
NUTS: UK
Internet address(es)
Main address: https://www.gwr.com/
I.1) Name and addresses
FIRST MTR SOUTH WESTERN TRAINS LIMITED (SWR)
07900320
8th Floor, The Point, 37 North Wharf Road, London W2 1AF
London
W2 1AF
UK
Contact person: Maria Banuls
E-mail: maria.banuls@firstrail.com
NUTS: UK
Internet address(es)
Main address: https://www.southwesternrailway.com/
I.1) Name and addresses
Tram Operations Limited (TOL)
03097532
Tramlink Depot, Coomber Way, Croydon, CR0 4TQ
Croydon
CR0 4TQ
UK
Contact person: Maria Banuls
E-mail: maria.banuls@firstrail.com
NUTS: UK
Internet address(es)
Main address: https://www.tramoperationsltd.com/
I.1) Name and addresses
FIRSTBUS (SOUTH) LIMITED
03261587
8th Floor, The Point, 37 North Wharf Road, London W2 1AF
London
W2 1AF
UK
Contact person: Maria Banuls
E-mail: maria.banuls@firstrail.com
NUTS: UK
Internet address(es)
Main address: https://www.firstbus.co.uk/about-us/our-companies
I.1) Name and addresses
FIRSTBUS (NORTH) LIMITED
03261484
8th Floor, The Point, 37 North Wharf Road, London W2 1AF
London
W2 1AF
UK
Contact person: Maria Banuls
E-mail: maria.banuls@firstrail.com
NUTS: UK
Internet address(es)
Main address: https://www.firstbus.co.uk/about-us/our-companies
I.1) Name and addresses
FIRST SOUTH YORKSHIRE LIMITED
02332529
Olive Grove, Sheffield, South Yorkshire, United Kingdom, S2 3GA
South Yorkshire
S2 3GA
UK
Contact person: Maria Banuls
E-mail: maria.banuls@firstrail.com
NUTS: UK
Internet address(es)
Main address: https://www.firstbus.co.uk/about-us/our-companies
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://redirect.transaxions.com/events/CkOkO
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://redirect.transaxions.com/events/CkOkO
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Leased Ancillary Vehicles and Fuel Card Management
II.1.2) Main CPV code
50111100
II.1.3) Type of contract
Services
II.1.4) Short description
Tender for the provision of Leased Ancillary Vehicles services including service, maintenance, and other supporting services such as fuel cards for the following FirstGroup Companies ('the Client') across the UK and Ireland:
● First Bus (North) and (South) Limited (Bus)
● First Greater Western Limited (GWR)
● FIRST MTR SOUTHWESTERN TRAINS LIMITED (SWR)
● Tram Operations Limited (TOL)
II.1.5) Estimated total value
Value excluding VAT:
11 591 600.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 4 lots
Maximum number of lots that may be awarded to one tenderer: 4
II.2) Description
Lot No: 1
II.2.1) Title
Leased Ancillary Vehicles for Bus +Rail (GWR+ SWR+TOL)
II.2.2) Additional CPV code(s)
50111100
II.2.3) Place of performance
NUTS code:
UK
IE
II.2.4) Description of the procurement
- Quotation, order and delivery of leased vehicles
- Service and maintenance of leased vehicles:
(a) Breakdown, Roadside Assistance and Recovery Services
(b) Vehicle Downtime
(c) MOT Management
(d) Accident and Fines Management
(e) Insurance Management support
(f) Managing Clients Account
(g) Fleet Management System
- Car/Van short term rental
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:
8 229 600.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Option to extend the contract by 1 year. Please note that the estimated contract value specified in II2.6 is for the initial 4 years term. The estimated value for the 1 year extension 2,057,400.00 £, therefore the total estimated contract value is 10,287,000.00 £ for the full 5 year term.
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
Leased Ancillary Vehicles for Bus
II.2.2) Additional CPV code(s)
50111100
II.2.3) Place of performance
NUTS code:
UK
IE
II.2.4) Description of the procurement
- Quotation, order and delivery of leased vehicles (around 160 vehicles for the length of the contract)
- Service and maintenance of leased vehicles:
(a) Breakdown, Roadside Assistance and Recovery Services
(b) Vehicle Downtime
(c) MOT Management
(d) Accident Management
(e) Insurance Management support
(f) Managing Clients Account
(g) Fleet Management System
- Car/Van short term rental
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:
4 800 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Option to extend the contract by 1 year. Please note that the estimated contract value specified in II2.6 is for the initial 4 years term. The estimated value for the 1 year extension £1,200,000.00 , therefore the total estimated contract value is 6,000,000 £ for the full 5 year term.
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
Leased Ancillary Vehicles for Rail (GWR+ SWR+TOL)
II.2.2) Additional CPV code(s)
50111100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
- Quotation, order and delivery of leased vehicles (around 120 vehicles for the length of the contract)
- Service and maintenance of leased vehicles:
(a) Breakdown, Roadside Assistance and Recovery Services
(b) Vehicle Downtime
(c) MOT Management
(d) Accident and Fines Management
(e) Insurance Management support
(f) Managing Clients Account
(g) Fleet Management System
- Car/Van short term rental
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:
3 429 600.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Option to extend the contract by 1 year. Please note that the estimated contract value specified in II2.6 is for the initial 4 years term. The estimated value for the 1 year extension 857,400 £, therefore the total estimated contract value is 4,287,000 £ for the full 5 year term.
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: 4
II.2.1) Title
Fuel Cards Management for Bus +Rail (GWR+ SWR+TOL)
II.2.2) Additional CPV code(s)
30163100
50111110
II.2.3) Place of performance
NUTS code:
UK
IE
II.2.4) Description of the procurement
The Supplier shall implement a process for the management of the Client fuel cards when requested by the Client. This includes but is not limited to:
• liaison with fuel card suppliers (in case of not being the direct supplier) to ensure effective operation of the fuel card scheme
• cancellation of cards with the fuel card supplier (in case of not being the direct supplier) immediately upon notification of loss or theft
• issue of new and replacement cards to the driver
- Fuel Card program
• Accepted at a wide range of fuel stations.
• Ability to set spending limits and restrictions.
• Detailed reporting and tracking of fuel expenses.
• Cards valid for different fuel type and for electric vehicles
• Option to have access to wild cards, i.e., not linked to vehicles and cards linked to vehicles.
- Fuel Card System to manage fuel/EV cards (manage orders, cancellations, reporting etc.)
-Account Management
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:
3 362 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Option to extend the contract by 1 year. Please note that the estimated contract value specified in II2.6 is for the initial 4 years term. The estimated value for the 1 year extension 840500 £, therefore the total estimated contract value is 4202500£ for the full 5 year term.
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 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:
14/06/2024
Local time: 17:00
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:
No
VI.4) Procedures for review
VI.4.1) Review body
First Rail Holdings Limited
8th Floor, The Point, 37 North Wharf Road, London W2 1AF
London
W2 1AF
UK
VI.5) Date of dispatch of this notice
15/05/2024