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