Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

05 Contract Notice (Utilities)

Transport for Wales Rail Mk4 Rebranding

  • First published: 22 September 2022
  • Last modified: 25 July 2023

Contents

Summary

OCID:
ocds-kuma6s-123312
Published by:
Transport for Wales Rail Limited (Utility Buyer)
Authority ID:
AA80566
Publication date:
22 September 2022
Deadline date:
24 July 2023
Notice type:
05 Contract Notice (Utilities)
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Mk-4 Rolling Stock is a mixture of passenger and driver trailer vehicles. TfWR has purchased the following types: - Tourist Open End (TOE); - Tourist Open (TO); - Tourist Open Disabled (TOD); - Service Vehicle (SV); - Premium Open Disabled (POD); and - Driver Van Trailer (DVT). The rolling stock was purchased in two (2) tranches: - Tranche 1 – most recently operated by LNER; and - Tranche 2 – most recently operated by Grand Central. The Mk 4 vehicles have been formed into rakes consisting of one of each type of vehicle together with a Class 67 Vehicle. The current livery of the combined fleet will be mixed and not instantly recognisable as TfWR operated trains. There are also issues with compliance of the Grand Central fleet with regards to PRM regulations. In addition to this the LNER vehicles are vinyl wrapped and are already showing signs of aging with a dull appearance, blemishes and breaks in the vinyl. To address the brand identity and PRM issues TfWR contracted DG8, a rail industrial design consultancy, to facilitate and produce concepts, designs and costings based upon the working groups requirements and compliance with industry standards. The current re-branding exclude the Class 67 locomotive that is used to haul the Mk-4 Rolling Stock. TfWR are now seeking a supplier or suppliers that can provide the services stated in the RfP. CPV: 71311230, 71311230.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Transport for Wales Rail Limited (Utility Buyer)

3 Llys Cadwyn, Pontypridd

Rhondda Cynon Taf

CF37 4TH

UK

Contact person: Paul M. Peters

Telephone: +44 7941365603

E-mail: paulmpeters@omniaprocurement.onmicrosoft.com

NUTS: UKL

Internet address(es)

Main address: http://www.tfwrail.wales

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA80566

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.sell2wales.gov.wales


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sell2wales.gov.wales


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:

https://www.sell2wales.gov.wales


I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Transport for Wales Rail Mk4 Rebranding

II.1.2) Main CPV code

71311230

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Mk-4 Rolling Stock is a mixture of passenger and driver trailer vehicles. TfWR has purchased the following types:

- Tourist Open End (TOE);

- Tourist Open (TO);

- Tourist Open Disabled (TOD);

- Service Vehicle (SV);

- Premium Open Disabled (POD); and

- Driver Van Trailer (DVT).

The rolling stock was purchased in two (2) tranches:

- Tranche 1 – most recently operated by LNER; and

- Tranche 2 – most recently operated by Grand Central.

The Mk 4 vehicles have been formed into rakes consisting of one of each type of vehicle together with a Class 67 Vehicle.

The current livery of the combined fleet will be mixed and not instantly recognisable as TfWR operated trains. There are also issues with compliance of the Grand Central fleet with regards to PRM regulations.

In addition to this the LNER vehicles are vinyl wrapped and are already showing signs of aging with a dull appearance, blemishes and breaks in the vinyl.

To address the brand identity and PRM issues TfWR contracted DG8, a rail industrial design consultancy, to facilitate and produce concepts, designs and costings based upon the working groups requirements and compliance with industry standards.

The current re-branding exclude the Class 67 locomotive that is used to haul the Mk-4 Rolling Stock.

TfWR are now seeking a supplier or suppliers that can provide the services stated in the RfP.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71311230

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Mk-4 Rolling Stock is a mixture of passenger and driver trailer vehicles that were originally built in 1989 by Metro-Cammell as part of the IC225 fleet operated on the East Coast Mainline. TfWR has purchased the following types:

- Tourist Open End - (TOE);

- Tourist Open - (TO);

- Tourist Open Disabled - (TOD);

- Service Vehicle - (SV);

- Premium Open Disabled – (POD); and

- Driver Van Trailer (DVT).

The rolling stock was purchased in two (2) tranches:

- Tranche 1 – most recently operated by LNER; and

- Tranche 2 – most recently operated by Grand Central.

The Mk 4 vehicles have been formed into rakes consisting of one of each type of vehicle together with a Class 67 Vehicle.

Branding and PRM Compliance

The current livery of the combined fleet will be mixed and not instantly recognisable as TfWR operated trains. There are also issues with compliance of the Grand Central fleet with regards to PRM regulations.

In addition to this the LNER vehicles are vinyl wrapped and are already showing signs of aging with a dull appearance, blemishes and breaks in the vinyl.

To address the brand identity and PRM issues TfWR contracted DG8, a rail industrial design consultancy, to facilitate and produce concepts, designs and costings based upon the working groups requirements and compliance with industry standards.

The current re-branding exclude the Class 67 locomotive that is used to haul the Mk-4 Rolling Stock.

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: 12

This contract is subject to renewal: No

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:

Must be able to comply with all laws, applicable standards and have the licences, competency and ability to perform the requirements of this tender.

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

Must be able to comply with all laws, applicable standards and have the licences, competency and ability to perform the requirements of this tender.

III.1.6) Deposits and guarantees required:

Not Applicable

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Supplier to illustrate as part of proposal.

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Must be able to comply with all laws, applicable standards and have the licences, competency and ability to perform the requirements of this tender.

III.2.2) Contract performance conditions

Please refer to procurement documentation

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 13/10/2022

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

Tender must be valid until: 30/12/2022

IV.2.7) Conditions for opening of tenders

Date: 13/10/2022

Local time: 17:00

Place:

Online - Electronic Submissions

Information about authorised persons and opening procedure:

Paul M. Peters

Hannah Noyce

Clare James

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

See procurement documentation.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=123312.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(WA Ref:123312)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

22/09/2022

Coding

Commodity categories

ID Title Parent category
71311230 Railway engineering services Civil engineering consultancy services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
22 September 2022
Deadline date:
24 July 2023 00:00
Notice type:
05 Contract Notice (Utilities)
Authority name:
Transport for Wales Rail Limited (Utility Buyer)
Publication date:
12 October 2022
Notice type:
14 Corrigendum
Authority name:
Transport for Wales Rail Limited (Utility Buyer)
Publication date:
25 July 2023
Notice type:
06 Contract Award Notice (Utilities) - Incomplete Procedure
Authority name:
Transport for Wales Rail Limited (Utility Buyer)

About the buyer

Main contact:
paulmpeters@omniaprocurement.onmicrosoft.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
23/09/2022 14:46
REPLACED FILE: Mk4 Rebranding Modification Request for Proposal V2.1
Mk4 Rebranding Modification Request for Proposal V2.1
27/09/2022 15:46
REPLACED FILE: Mk4 Rebranding Modification Request for Proposal V2.2
Mk4 Rebranding Modification Request for Proposal V2.2
12/10/2022 12:29
Notice date(s) changed
IV.2.2) Time limit
Old date: 13/10/2022 17:00
New date: 17/10/2022 17:00

IV.2.7) Conditions for opening of tenders
Old date: 13/10/2022 17:00
New date: 17/10/2022 17:00

TfWR are extending the deadline for this tender by a few days to assist all interested parties to provide the most comprehensive offer.
25/07/2023 11:07
Notice Cancelled
This notice has been cancelled. The original deadline date of 17/10/2022 is no longer applicable.

The tender was unaffordable thus alternative measures were taken.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

pdf
pdf708.76 KB
This file may not be accessible.
docx
docx165.36 KB
This file may not be accessible.
pdf
pdf1.08 MB
This file may not be accessible.
pdf
pdf1.73 MB
This file may not be accessible.
pdf
pdf1.61 MB
This file may not be accessible.
pdf
pdf1,022.28 KB
This file may not be accessible.
pdf
pdf1.67 MB
This file may not be accessible.
pdf
pdf1.63 MB
This file may not be accessible.
pdf
pdf1.14 MB
This file may not be accessible.
pdf
pdf567.58 KB
This file may not be accessible.
pdf
pdf1.29 MB
This file may not be accessible.
pdf
pdf1.44 MB
This file may not be accessible.
pdf
pdf1.16 MB
This file may not be accessible.
pdf
pdf536.90 KB
This file may not be accessible.
pdf
pdf1.63 MB
This file may not be accessible.
pdf
pdf1.60 MB
This file may not be accessible.
pdf
pdf1.82 MB
This file may not be accessible.
pdf
pdf1.58 MB
This file may not be accessible.
pdf
pdf1.19 MB
This file may not be accessible.
pdf
pdf541.96 KB
This file may not be accessible.
pdf
pdf2.12 MB
This file may not be accessible.
pdf
pdf872.06 KB
This file may not be accessible.
pdf
pdf564.32 KB
This file may not be accessible.
pdf
pdf7.46 MB
This file may not be accessible.
pdf
pdf689.61 KB
This file may not be accessible.
pdf
pdf178.54 KB
This file may not be accessible.

Replaced documents


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.