91ÃÛÌÒÊÓÆµ

Construction Tenders

07 May 2025

Related Information

Construction Contract Leads

North West

Category Services

Type

No. of Lots 1

Status Active

Published 17th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e2e2
Common Procurement VocabularyRepair and maintenance services
Procurement MethodNegotiated procedure with prior call for competition
Value£3,700,000
« Previous Page

North West

Category Services

Type

No. of Lots 1

Status Active

Published 17th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e2e2
Common Procurement VocabularyRepair and maintenance services
Procurement MethodNegotiated procedure with prior call for competition
Value£3,700,000

Section I: Contracting entity

I.1) Name and addresses

FIRST TRENITALIA WEST COAST RAIL LIMITED

8th Floor

LONDON

W21AF

Contact

Mark Ibbs

Email

mark.ibbs [at] avantiwestcoast.co.uk

Country

United Kingdom

NUTS code

UKI32 - Westminster

Companies House

10349442

Internet address(es)

Main address

I.3) Communication

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.6) Main activity

Railway services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Maintenance Services for Station Information and Security Systems (SISS)

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

First Trenitalia West Coast Rail Limited (Avanti West Coast) are seeking to identify a service provider for the provision of SISS maintenance (preventative and corrective) at all leased premises on the Avanti West Coast network, alongside associated activities such as reporting and provision of a customer help desk - together the "Support Services".

Avanti West Coast (AWC) has an extensive Station Information & Security Systems (SISS) estate deployed across 16 stations (), providing business critical services to customers and staff including but not limited to:-

CCTV,

Customer Information Systems,

Public Address systems, and

Passenger Help Points.

The contract will be for three years with an option to extend for up to a further two years.

II.1.5) Estimated total value

Value excluding VAT: £3,700,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

II.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
  • UKG - West Midlands (England)
  • UKI - London
  • UKL - Wales
  • UKM - Scotland

II.2.4) Description of the procurement

First Trenitalia West Coast Rail Limited (Avanti West Coast) are seeking to identify a service provider for the provision of SISS maintenance (preventative and corrective) at all leased premises on the Avanti West Coast network, alongside associated activities such as reporting and provision of a customer help desk - together the "Support Services".

Avanti West Coast (AWC) has an extensive Station Information & Security Systems (SISS) estate deployed across 16 stations, providing business critical services to customers and staff including but not limited to:-

CCTV,

Customer Information Systems,

Public Address systems, and

Passenger Help Points.

The Contract is expected to be let for an initial period of 3 years, with the optional extension of up to 2 years.

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

36

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: Yes

Description of options

The Contract is expected to be let for an initial period of 3 years, with the optional extension of up to 2 years.


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

Due to the nature of information being shared at the PQQ stage, participants will be required to sign a non disclosure agreement prior to access being given to the PQQ.

This procurement process is being advertised and run by Avanti West Coast on its own behalf and on behalf of the successor operator of the rail passenger transport services in respect of West Coast Franchise. That successor operator will be a public sector company, is expected to be a wholly owned subsidiary of DfT OLR Holdings Limited and will be ultimately owned by the Secretary of State for Transport. The date for transfer of the current operations to the successor operator is not yet confirmed. Where the transfer is completed before contract award under this procurement process, the successor operator may elect (but will not be obliged) to carry on with this procurement process in place of Avanti West Coast, by taking on the role of contracting entity from the date of completion of the transfer (with this notice and all other procurement documents to be interpreted accordingly). Where the transfer is not yet completed by the time of contract award, contractual rights may be included in the contractual arrangements to enable transfer to the successor operator. Bidders should note that this procurement process (if ongoing), or any awarded contract, may be included in a transfer scheme made by the Secretary of State under section 12 of the Railways Act 2005, or the transfer may be effected outside of, or separate from, such a scheme.

If transfer takes place before the contract award the successor operator shall assume all the rights of the Client set out in this document. All references to Avanti West Coast shall be deemed to refer to the successor operator for the purposes of this procurement and the successor operator shall be entitled to continue or terminate this procurement as if it was involved from the outset.

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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

IV.1.8) Information about the 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

20 March 2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


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

High Court of England and Wales, London

London

Country

United Kingdom