Contract notice

Information

Published

Expire date: 06/04/2022

External Reference: 2022-424477

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Direct Rail Services Ltd
03020822
Regents Court, Baron Way
Carlisle
CA6 4SJ
UK
Contact person: Mark Lehmann
Telephone: +44 1925986415
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
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://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15339&B=SELLAFIELD
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Rail Logistics Provider

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

To provide expert services required for C4 overhauls and modifications with additional refurbishment of two (2) MK2A BSO Coaches
Reference number:  NTS DRS9/00007
II.1.2)

Main CPV code

50222000  -  Repair and maintenance services of rolling stock
II.1.3)

Type of contract

Services
II.1.4)

Short description

Direct Rail Services requires the services of a competent over hauler to carry out C4 overhaul with additional maintenance work and deliver a full design and build refurbishment programme of two (2) MK2A BSO Coaches.
During the period of maintenance there will be a requirement for additional activities on these coaches this includes but not limited to removal and installation of major equipment, replacement of all external doors, and extensive corrosion repairs to the underframe/ bodyside and full repaint.
The over hauler will be required to provide a full turnkey design service together with a full material management service to these works including a project management service to oversee the full programme to achieve an on-time project.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

50224000  -  Reconditioning services of rolling stock
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Direct Rail Services requires the services of a competent over hauler to carry out C4 overhaul with additional maintenance work and deliver a full design and build refurbishment programme of two (2) MK2A BSO Coaches.
During the period of maintenance there will be a requirement for additional activities on these coaches this includes but not limited to removal and installation of major equipment, replacement of all external doors, and extensive corrosion repairs to the underframe/ bodyside and full repaint.
The over hauler will be required to provide a full turnkey design service together with a full material management service to these works including a project management service to oversee the full programme to achieve an on-time project.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 6
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
II.2.14)

Additional information

The anticipated value range is £800,000 to £1000,000
All correspondence shall be via a complete tender management (CTM) portal.

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:  Agreement terms and conditions available in the CTM Portal
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

See invitation to submit initial tender document.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the 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:  23/03/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  23/03/2022
Local time:  12:01
Place:  
NTS Offices
Information about authorised persons and opening procedure:  
The tender Box will be opened post deadline for submission by NTS procurement

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

Direct Rail Services shall not be liable for any costs or expenses incurred by any economic operator in connection with the completion and return of the information requested in this contract notice, or in the completion or submission of any tender.
Direct Rail Services reserves the right to change without notice the procedure for awarding the contract, to reject all or any bids for the contract and /or to stop the process and not award a contract at any time without liability on its part. Tenders and all supporting documentation for the contract must be priced in sterling.
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.uk

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.uk

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
Any appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
VI.4.4)

Service from which information about the review procedure may be obtained

Direct Rail Services
Regents Court, Baron Way
Carlisle
CA6 4SJ
UK
Telephone: +44 1228406600