Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
WEST MIDLANDS TRAINS LIMITED
098604466
BIRMINGHAM
UK
Contact person: Simon Aldridge
E-mail: Simon.Aldridge@wmtrains.co.uk
NUTS: UKG
Internet address(es)
Main address: www.westmidlandsrailway.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.westmidlandsrailway.co.uk
Additional information can be obtained from another address:
West Midlands Trains Limited
Birmingham
UK
E-mail: Simon.Aldridge@wmtrains.co.uk
NUTS: UKG
Internet address(es)
Main address: www.westmidlandsrailway.co.uk
Tenders or requests to participate must be sent electronically to:
www.westmidlandsrailway.co.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
www.westmidlandsrailway.co.uk
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Financing of Depot Works for West Midlands Trains
Reference number: WMT 3225
II.1.2) Main CPV code
66114000
II.1.3) Type of contract
Services
II.1.4) Short description
The scope of work is for the Financing of depot construction works required to meet the long-term maintenance and stabling needs of new rolling stock at Tyseley Depot, Birmingham.
The financing arrangements for the above depot is being procured by West Midlands Trains on behalf of the Department for Transport and will cover a period of 35 years from commencement of the initial lease payment.
The financing arrangements for the above depot will have the facility to be assigned in the future to West Midlands Trains successor operator of the depot as required.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
66114000
II.2.3) Place of performance
NUTS code:
UKG
Main site or place of performance:
Tyseley, Birmingham
II.2.4) Description of the procurement
The existing depot owned by Network Rail, is regulated by ORR and leased to WMT. The depot maintains the current WMT diesel fleet, as well as CrossCountry's diesel Class 170s. Circa £44m of depot works are required to accommodate the stabling and maintenance requirements of the new CAF diesel Class 196 fleet of which circa £20m is expected to have been expensed by 31 March 2023, leaving circa £24m to be funded from 1 April 2023 onwards.
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: 420
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
Yes
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
II.2.14) Additional information
Interested parties should contract the named person by email at Section I.1 to register interest and request the Prequalification Questionnaire which shall be required to be completed by the time limit for receipt of expressions of interest at Section IV.2.2
Scoring Matrix
The PQQ scoring will be as follows:-
SCORE GIVEN - QUALITATIVE GUIDANCE - SHORT GUIDANCE
0 - Question not answered or answer is irrelevant. - Not answered/irrelevant.
1 - Weak : Insufficient information to enable evaluation or contains major shortcomings or errors to make it non-complaint. - Worst in class/errors in submission.
2 - Below Satisfactory : partially complaint answer but with obvious deficiencies. Brief or incomplete answers with little or no supporting detail or wholly generic answer. - Below industry standard.
3 - Satisfactory : Answer meets the minimum requirements but lack convincing supporting detail to give confidence that they will meet requirements. Some attempt to provide relevant answers not generic. - In line with industry standard.
4 - Good : Thorough response with relevant supporting detail and evidence to give confidence that the requirements will be met. Tailored answers. - Above industry standard.
5 - Excellent : Comprehensive and well-structured response with excellent supporting evidence. Wholly bespoke for the protect and demonstrates exceptional understanding of the requirements. - Market leading.
SCORING PROCESS Where Yes is the required answer:
YES = PASS
NO = FAIL
WMT will assess additional information provided by the interested parties who select NO, but have additional information to justify their selection.
Where NO is the required answer
NO = PASS
YES = FAIL
WMT will assess additional information provided by the interested parties who select YES, but have additional information to justify their selection.
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:
All interested parties responding to this Notice will be required to complete a Non-Disclosure Agreement (NDA) prior to the release of any further documentation and at a minimum must clearly demonstrate that they have the following to be considered further:-
1. A track record of financing assets in Rail, including the ability to raise the quantum of funds required.
2. Ability to take long-term (35-year) asset usage risk, requiring a strategic understanding of UK Rail.
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:
04/11/2022
Local time: 12:00
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: 9 (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
West Midlands Trains Limited
Birmingham
UK
VI.5) Date of dispatch of this notice
30/09/2022