Prior information notice
This notice is for prior information only
Section I: Contracting
authority
I.1) Name and addresses
London North Eastern Railway Ltd
04659712
East Coast House, 25 Skeldergate
York
YO1 6DH
UK
Contact person: Katherine Blake Hemingway
E-mail: RSProcurement@lner.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.lner.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply and Maintenance of Rolling Stock
Reference number: DN164
II.1.2) Main CPV code
34620000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Network Rail are undertaking several infrastructure projects on the East Coast Main Line to increase the number of available train paths between London and Edinburgh. As a result of this, London North Eastern Railway (LNER) will be able to operate 6.5 trains per hour in each direction between London and Doncaster. The infrastructure that enables the timetable to be implemented is expected to be completed prior to the May 2022 timetable change.
Initially, LNER will retain a fleet of IC225 trains to provide the seating capacity required by the new timetable. However, this will be an interim measure until an additional fleet is procured which will replace the IC225 fleet.
LNER is seeking to procure a minimum fleet of ten (10) InterCity trains based around specific technical and operating characteristics. The trains shall be fully rated for operation on 25 kV Overhead Line Equipment (OLE) and with significant self-power capability for operation away from the OLE. On Board Energy Storage (OBES) for traction will be specified as a mandatory requirement to reduce, and wherever practicable eliminate, diesel usage where it would otherwise be necessary. LNER anticipates that some degree of diesel traction may be required to supplement the OBES to meet all the self-power requirements.
A basic outline specification for the fleet is available at: https://supplierlive.proactisp2p.com/Account/Login Please note that the information contained in the specification is of a general nature only and does not purport to be comprehensive. The information may be subject to change in advance of the Invitation to Negotiate (ITN).
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
34621200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
LNER has chosen to run the procurement under the negotiated procedure with a prior call for competition under regulation 47 of the UCR. LNER is registered with the Railway Industry Supplier Qualification Scheme (RISQS), enabling it to use this as a qualification system.
To participate in this procurement, suppliers must be fully registered and qualified on RISQS under both of the following RICCL codes and activities by 25 November 2020 at 16.00.
1) RICCL code: E.E.2, product/service: electrical multiple units, activity: manufacture (MNF); and
2) RICCL code: E.E.2, product/service: electrical multiple units, activity: maintain (MAN).
Registration on RISQS must be done through the RISQS system, this can be done online at: https://shop.risqs.org/Register However, this procurement and all communication with suppliers will be managed electronically via LNER's Proactis system, not the RISQS system.
To participate in this procurement, suppliers will therefore need to register on the RISQS system and the Proactis system. Suppliers must register their interest in this procurement on the Proactis system by 25 November 2020 at 16.00. If suppliers are not yet registered on Proactis, this can be done online at: https://supplierlive.proactisp2p.com/Account/Login
Suppliers must allow sufficient time to register an interest in this procurement. Once registered on the Proactis system, suppliers can register interest for a specific procurement. This is done by looking at the opportunities section. The registered supplier will receive an on-screen notification to alert them once this has been completed. As a user of the Proactis system, the supplier will have access to the Proactis messaging function which facilitates all messages sent to the supplier, and from the supplier, in relation to this procurement. It is the supplier's responsibility to access these messages on a regular basis to ensure they have sight of all relevant information applicable to this procurement.
For technical assistance relating to use of the Proactis system, please contact the supplier support helpdesk on: http://proactis.kayako.com/default Suppliers will be presented with a series of screenshots showing the different supplier portals supported and should pick the one that looks like the system they are having difficulty with — this is the supplier network. Suppliers should note that they do not need to log in, click Submit a Ticket, and on the next screen, click Next, it will then direct the supplier to the ticket logging screen. Suppliers should complete all the boxes with as much information as possible and include a contact telephone number for the helpdesk.
Alternatively, suppliers can email suppliersupport@proactis.com to automatically log a ticket for the https://supplierlive.proactisp2p.com/Account/Login system
For any critical and time sensitive issues, supplier support can be reached on +44330 0050352, however it is recommended that a ticket is logged using the above method(s) prior to calling so that the team has ample time to review the issue.
Only suppliers who are fully registered and qualified on both the stated RICCL codes and activities and have registered an interest in this procurement through the Proactis system by 25 November 2020 at 16.00 will be able to take part in this competition. If an interested supplier is not fully registered and qualified against both the stated codes and activities by 25 November 2020 at 16.00, they will not be capable of being shortlisted.
II.3) Estimated date of publication of contract notice:
26/10/2020
Section IV: Procedure
IV.1) Description
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section VI: Complementary information
VI.3) Additional information
Interested suppliers should note that this contract will be awarded by negotiated procedure without further publication of a call for competition/contract notice. Interested suppliers should therefore express their interest in the contract through responding to the information set out in this notice.
Following the initial qualification of suppliers through RISQS, LNER will issue a set of additional shortlisting questions as detailed below. These additional questions are set out in this Prior Information Notice (PIN) for information only. Suppliers will only be asked to respond to these questions when they are fully registered and qualified on RISQS and the closing date for expressions of interest has passed (25 November 2020 at 16.00).
Suppliers will be shortlisted on the basis of their qualification under RISQS and their answer to these additional questions.
1) Please provide details of your experience of designing and manufacturing a fleet of multi-mode trains; this may include options such as battery-electric, diesel-electric, hydrogen-electric, battery-diesel, dual-fuel or tri-mode. This experience can have been gained anywhere in the world within the past ten (10) years. For each example you wish to put forward please include details of the relevant project, fleet size, cost of supply, contract period, whether the fleet has been successfully introduced and accepted and contact details for a suitable referee from the organisation to which the fleet was supplied.
2) Please provide details of your experience of maintaining a main line fleet of trains; this may include any traction options. This experience can have been gained anywhere in the world within the past ten (10) years. For each example you wish to put forward please include details of the relevant project, fleet size, cost of contract, contract period and contact details for a suitable referee from the organisation for which the fleet is/was maintained.
VI.5) Date of dispatch of this notice
22/10/2020