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)

TfWRL Facilities Management

  • First published: 23 September 2022
  • Last modified: 27 October 2022

Contents

Summary

OCID:
ocds-kuma6s-120731
Published by:
Transport for Wales Rail Limited (Utility Buyer)
Authority ID:
AA80566
Publication date:
23 September 2022
Deadline date:
11 November 2022
Notice type:
05 Contract Notice (Utilities)
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

TfW operate a diverse estate of 248 stations and ancillary properties across Wales and the border regions. These stations are the gateway to our network and invariably the heartbeat of the local communities which they serve. The next iteration of our Facilities Management (FM) arrangements will commence in early 2023 and need to reflect the importance of these facilities as well as current and future customer aspirations. CPV: 79993000, 79993000.

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

Telephone: +44 2920720500

E-mail: nathan.jones@tfwrail.wales

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

Access to the procurement documents is restricted. Further information can be obtained 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


I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

TfWRL Facilities Management

Reference number: TEN047

II.1.2) Main CPV code

79993000

 

II.1.3) Type of contract

Services

II.1.4) Short description

TfW operate a diverse estate of 248 stations and ancillary properties across Wales and the border regions. These stations are the gateway to our network and invariably the heartbeat of the local communities which they serve. The next iteration of our Facilities Management (FM) arrangements will commence in early 2023 and need to reflect the importance of these facilities as well as current and future customer aspirations.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79993000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Hard FM Procurement will be sourced in accordance with an Open Procedure of the Utilities Contracts Regulations 2015

The proposed contract covers the provision of preventative (PPM) maintenance and reactive maintenance along with ancillary services for sites across the Wales and borders network. The station estate (248 locations) and ancillary buildings are outlined in Appendix 1 to this document and have been divided into 3 lots due to their geographical locations. You may choose to tender for all lots or select certain lots:

Lot 1 – North

Lot 2 – South

Lot 3 – Core Valley Lines (CVL)

Lot 4 – All stations (ie Lot 1 + Lot 2 + Lot 3)

The following scope will apply to this tender:

The Supplier must provide a Computer Aided Facilities Management (CAFM) system to request and have recorded works and/or faults relating to the property and its assets 365 days per year, 7 days per week and 24 hours a day.

The Supplier must have the capability to manage and implement remedies to address asset faults and breakdowns requiring multiple trades. The Supplier will be accountable for the quality of service from its own supply chain and subcontractors

The Supplier must be fully conversant with all relevant current and pending legislation. As our expert partner, the Service provider must advise of the requirements to achieve compliance, its risks from areas of non-compliance and relevant mitigation techniques.

Please refer to Volume 5 – Scope of Work and all relevant attachments, included in the tender documentation, for the full scope of work.

Please Note: The scope of service will fluctuate over time, both up and down, to potentially include new work packages, new locations such as stations, depots or ancillary buildings, and additional subsidiaries of Transport for Wales.

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: 60

This contract is subject to renewal: Yes

Description of renewals:

3 year contract with an option to extend for a further 2 years

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The scope of service will fluctuate over time, both up and down, to potentially include new work packages, new locations such as stations, depots or ancillary buildings, and additional subsidiaries of Transport for Wales.

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

Access to supplementary detail required to prepare a bid are stored on a SharePoint site which is password protected - to obtain access, an NDA will need to be signed. Please follow the instructions outlined in Volume 5 - Scope

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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.2) Conditions related to the contract

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 022-120731

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

Date: 24/10/2022

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: 90 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 04/11/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

5 years from contract start date

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

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=124964.

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.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

All requirements are outlined in the tender documents

(WA Ref:124964)

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

23/09/2022

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related 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
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:
25 April 2022
Notice type:
04 Periodic Indicative Notice (Utilities)
Authority name:
Transport for Wales Rail Limited (Utility Buyer)
Publication date:
23 September 2022
Deadline date:
11 November 2022 00:00
Notice type:
05 Contract Notice (Utilities)
Authority name:
Transport for Wales Rail Limited (Utility Buyer)
Publication date:
28 September 2022
Notice type:
14 Corrigendum
Authority name:
Transport for Wales Rail Limited (Utility Buyer)
Publication date:
27 October 2022
Notice type:
14 Corrigendum
Authority name:
Transport for Wales Rail Limited (Utility Buyer)
Publication date:
31 October 2023
Notice type:
06 Contract Award Notice (Utilities) - Successful Supplier(s)
Authority name:
Transport for Wales Rail Limited (Utility Buyer)

About the buyer

Main contact:
nathan.jones@tfwrail.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
28/09/2022 08:10
Notice date(s) changed
IV.2.2) Time limit
Old date: 24/10/2022 12:00
New date: 04/11/2022 12:00

Admin error
13/10/2022 17:14
REPLACED FILE: ITT Volume 1 – Instructions and Response Requirements
ITT Volume 1 – Instructions and Response Requirements
13/10/2022 17:41
REPLACED FILE: TFWRL - Volume 2 - Selection Questionnaire Template
ITT Volume 2 – Selection Questionnaire
13/10/2022 17:50
Reactive Data
Please Note that 'SQR' data has been added to the reactive folder to support in the data room
13/10/2022 17:51
Depot Information
Additional information for Depots has been added to the portal - Folder 'depot information'
18/10/2022 15:43
REPLACED FILE: TfWRL Volume 4 - Pricing Schedule FM
ITT Volume 4 - Pricing Schedule
19/10/2022 10:00
Additional Works - Clarifications
Please note: TfW reserves the right to include the following packages of work into the contract over the duration of the agreement. The potential packages are not included in the initial bid but include:

Taff Wells Depot
Treforest Depot
Penryn Deudraeth
ICC
Cardiff Bus interchange
Wrexham office
21/10/2022 14:57
TUPE Information
Full TUPE information is now available in the Data room
24/10/2022 11:41
Question and Answers deadline change
The deadline for submission of questions through the online Q&A function has been changed as below.
Old question submission deadline: 24/10/2022 12:00
New question submission deadline: 26/10/2022 12:00
Please ensure that you have submitted all questions before the new date.
25/10/2022 11:00
ADDED FILE: Volume 6 - NEC4 Terms and conditions
NEC4 FM Terms
25/10/2022 12:11
ADDED FILE: Volume 6 - NEC4 FM Contract Data
Contract Data
27/10/2022 11:27
Notice date(s) changed
IV.2.2) Time limit
Old date: 04/11/2022 12:00
New date: 11/11/2022 12:00

IV.2.7) Conditions for opening of tenders
Old date: 04/11/2022 12:00
New date: 11/11/2022 12:00

Time requested by interested parties - 1 week extension granted

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
pdf3.04 MB
This file may not be accessible.
docx
docx447.48 KB
This file may not be accessible.
xlsx
xlsx119.34 KB
This file may not be accessible.
docx
docx122.79 KB
This file may not be accessible.
docx
docx153.07 KB
This file may not be accessible.
docx
docx429.08 KB
This file may not be accessible.
docx
docx185.10 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.