Construction Contract Leads
North West
Category Services
Type
No. of Lots 1
Status Active
Published 17th Feb 2025
Reference | ocds-h6vhtk-04e2e2 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £3,700,000 |
North West
Category Services
Type
No. of Lots 1
Status Active
Published 17th Feb 2025
Reference | ocds-h6vhtk-04e2e2 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Negotiated 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
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