Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
SE TRAINS LIMITED
03266762
Second Floor, 4 More London Riverside
LONDON
SE1 2AU
UK
Contact person: Tim Stockford
Telephone: +44 7977272834
E-mail: tim.stockford@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/H3PWW7/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.smartsurvey.co.uk/s/H3PWW7/
I.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Leasing of existing Rolling Stock for Southeastern Metro Services to meet October 2027 demand
II.1.2) Main CPV code
66114000
II.1.3) Type of contract
Services
II.1.4) Short description
The overall objective of this procurement is cost reduction and cost avoidance, through securing the best medium and long-term value fleet solution for the benefit of taxpayers, the Department for Transport, Southeastern and ultimately, Southeastern's customers. We believe that a component of this objective can be secured by leasing existing Rolling Stock of sufficient quantity, to address the escalating costs of Southeastern's ageing fleet
Such Rolling Stock must be available for full unrestricted operational passenger service with Southeastern by 01 October 2027
The quantity of vehicles to be procured on lease is anticipated to be between 350 and 810 (these quantities have been calculated using an assumed 20m vehicle length). The precise number to be leased will be determined once tenders have been received
Southeastern will require either a lease or sub-lease for Rolling Stock which meets the key requirements which will include (but not be limited to):
o Availability of units in full unrestricted operational passenger service with Southeastern by 01 October 2027
o full compliance with all applicable accessibility regulations (PRM NTSN)
o compatibility with Southeastern infrastructure (excluding High Speed 1 infrastructure) and all approval processes completed by 01 October 2027
o bidders will be required to demonstrate that all vehicles tendered must not compromise the inter-operability, and must support the efficiency, of Southeastern's fleet operation
o all vehicles tendered must have a remaining useful life in passenger service of at least 15 years from October 2027
o units powered by 750V DC electric third rail
o suitable for metro operation
o doors at 1/3 and 2/3 positions
o toilets
o cab air conditioning, as a minimum
o AC traction motors
o must not worsen energy consumption compared to the current Southeastern fleet
Southeastern is seeking a fleet which will operate with sustainability in mind, with a goal to reduce carbon footprint, energy usage and embedded carbon
Bidders may be required to provide ongoing maintenance support, for example, the supply of heavy maintenance to be included in the lease, along with design authority support. Alternatively, by way of a materials supply and technical support agreement, whole life cost guarantees and a performance regime
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ
II.2.4) Description of the procurement
SE Trains Limited (trading as Southeastern) is a UK train operating company serving stations in London, Kent and East Sussex.
In order to support our strategy of cost reduction, as well as modernising and enhancing passenger experience, we have developed our rolling stock asset strategy and are now inviting expressions of interest for the lease of existing Rolling Stock to meet our requirements
Interested parties should register their interest in taking part, and to be eligible to receive further tender documentation during the process by responding on this survey link https://www.smartsurvey.co.uk/s/H3PWW7/
Following the deadline for response to this notice, Southeastern will provide further communications to interested parties and will arrange a number of bidder engagement sessions before issuing an Invitation to Pre-Qualify (ITP). The ITP stage of the procurement will focus on high level capability and previous experience in leasing rolling stock to the UK market which will be evaluated to ensure only the most suitable bidders progress to the Invitation to Negotiate stage later in 2023.
Tender documentation issued at ITP stage will be in a developed form but may be subject to amendment prior to the ITN being issued
Interested parties should note that Southeastern is undertaking parallel procurement activities for the manufacture and financing of new rolling stock, with a view to selecting either new rolling stock or existing rolling stock or a combination of options to meet its requirements
Interested parties should also note that Southeastern may select and award one or more than one contract for existing rolling stock in response to this contract notice in order to fulfil its requirements and therefore bidders may offer fewer than 350 vehicles
Interested parties should also note that partaking in this procurement process may not result in any award and suppliers are taking part at their own cost and risk. The issue of the contract notice (or any other procurement document) does not have contractual effect or create any form of contract (implied or otherwise) between Southeastern and any other person
Southeastern will not be liable, under any circumstances, for any bid costs, expenditure, work or effort incurred by a Bidder in proceeding with or participating in this procurement, including if the procurement process is terminated or amended at any stage prior to contract execution
Southeastern reserves the right to amend, modify and/or add further stages to or terminate the process at any stage prior to contract execution
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: 180
This contract is subject to renewal: Yes
Description of renewals:
The Lease or sub-lease will have an initial minimum term anticipated to be between 6 and 10 years, with extension options (exercisable at the Operator's discretion) up to a maximum of 15 years, dependent on guidance from the DfT. This term shall be confirmed through the procurement process
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The Lease or sub-lease will have an initial minimum term anticipated to be between 6 and 10 years, with extension options (exercisable at the Operator's discretion) up to a maximum of 15 years, dependent on guidance from the DfT. This term shall be confirmed through the procurement process
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:
Selection criteria will be as stated in the pre-qualification questionnaire
III.1.4) Objective rules and criteria for participation
As per the procurement documentation
III.2) Conditions related to the contract
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:
09/12/2022
Local time: 17:00
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: 12 (from the date stated for receipt of tender)
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
High Court of England & Wales
Technology and Construction Court, 7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
UK
VI.5) Date of dispatch of this notice
08/11/2022