Operation and Maintenance of a Tram System
Transport for Greater Manchester is seeking to appoint an appropriately experienced and qualified operator-maintainer for its Greater Manchester light rail system, Metrolink.
United Kingdom-Manchester: Special-purpose road passenger-transport services
2015/S 092-166266
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Transport for Greater Manchester
2 Piccadilly Place
For the attention of: David Gregg
M1 3BG Manchester
UNITED KINGDOM
E-mail: greatermanchestermetrolink@tfgm.com
Internet address(es):
General address of the contracting entity: http://www.tfgm.com
Electronic access to information: https://www.the-chest.org.uk
Electronic submission of tenders and requests to participate: As in Annex 1
Further information can be obtained from: ProContract e-Tendering Tool Ref. 9SYL-RT12VA
Must use ProContract at url listed below
Ref: 9SYL-RT12VA
UNITED KINGDOM
Internet address: http://www.the-chest.org.uk
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: ProContract e-Tendering Tool Ref. 9SYL-RT12VA
Must use ProContract at url listed below
Ref: 9SYL-RT12VA
UNITED KINGDOM
Internet address: http://www.the-chest.org.uk
Tenders or requests to participate must be sent to: ProContract e-Tendering Tool Ref. 9SYL-RT12VA
Must use ProContract at url listed below
Ref: 9SYL-RT12VA
UNITED KINGDOM
Internet address: http://www.the-chest.org.uk
I.2)Main activity
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 2: Land transport services [2], including armoured car services, and courier services, except transport of mail
Main site or location of works, place of delivery or of performance: Greater Manchester.
NUTS code UKD3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s):
The contract will run from July 2017 for a term of 7 years with a potential extension of up to a further 3 years. In addition, there will be a contract option for TfGM to extend the term for an additional 1 year at the end of either the 7th or 10th year of the contract to accommodate any delay in the procurement process for a subsequent operator-maintainer.
The successful contractor will be responsible for both the operation and maintenance of the Metrolink System and may also be responsible for some or all of the renewals. (The scope of renewals that the operator-maintainer will be responsible for has not yet been determined. It is also possible that the operator-maintainer will be required to deliver renewal services through a separate framework agreement).
The Metrolink system is the largest tram network in the UK and is of strategic importance to the economy of Greater Manchester as it provides fast and frequent links across the Greater Manchester region supporting employment, leisure and tourism. By 2017, following completion of the phase 3 expansion project the system assets will comprise a fleet of approximately 120 trams, 180 km of track and overhead line, 93 stops, and 44 substations; two operational depots; and a patronage of approximately 40 million journeys per annum. In addition to the existing assets, during the proposed contract term the system may be extended to include at least one additional line and associated infrastructure which may include but not be limited to trams, track, overhead line, stops, and substations.
Currently, system maintenance is the subject of two separate contracts. Maintenance obligations for the tram fleet and phases 1 and 2 of the system are included within the combined operations and maintenance agreement (COMA) with Metrolink RATP Dev Limited (MRDL) who are also the operator for the whole of the system. The maintenance obligations for phase 3 infrastructure are delivered under the design, construct and maintain (DCM) contract with the M-Pact Thales consortium (MPT), which is the contractor for the phase 3 extensions. Any additions to the Metrolink network whether envisaged now or later during the life of the Contract can be added to the Contract at TfGM’s option.
Both the existing maintenance, and operation and maintenance contracts are due to end in July 2017. It is TfGM’s intention that the operation and maintenance for the full system (which may extend to maintenance not currently provided for in the agreements with MRDL and MPT) will be delivered under a single contract.
II.1.6)Common procurement vocabulary (CPV)
60130000, 60112000, 60210000, 50000000, 50220000, 71314200, 71541000, 71540000, 79420000, 98351000, 71317200, 79342300, 50324200,71631470, 32412000, 45232332, 50331000, 50332000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT
Range: between 300 000 000 and 830 000 000 GBP
II.2.2)Information about options
Description of these options: In addition to the existing assets, during the proposed contract term the system may be extended to include at least one additional line and associated infrastructure which may include but not be limited to trams, track, overhead line, stops, and substations. The contract will provide TfGM the option to include the operation and maintenance of additional lines and associated infrastructure and assets as added to the existing system.
TfGM will have the option to extend the term for an additional 1 year at the end of either the 7th or 10th year of the contract to accommodate any delay in the procurement process for a subsequent operator-maintainer. For the avoidance of doubt the total term (assuming no early termination) of the contract could range from 7 to 11 years.
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
Periodic indicative notice
Notice number in the OJEU: 2015/S 24-040745 of 4.2.2015
Other previous publications
Notice number in the OJEU: 2015/S 43-075074 of 3.3.2015
IV.3.3)Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information:
In order to obtain additional information and the pre-qualification questionnaire documentation interested suppliers must register their expression of interest for the opportunity entitled ‘Greater Manchester Metrolink — Operation and maintenance of a tram system’ (ProContract contract reference 9SYL-RT12VA) via www.the-chest.org.uk/procontract/supplier.nsf
Please note the return date and time in IV.3.4 is the final date for submission of the completed pre-qualification questionnaire. The return date in IV.3.3 is the final date for submitting clarification requests.
This procurement process will be conducted through the ProContract e-tendering portal and any submission made outside of this portal will be disqualified.
All communications, including PQQ responses and tender submissions must be written in English and priced in pounds sterling.
Nothing in this procurement process is intended to form any express or implied contractual relationship between the parties unless and until the award of a contract is concluded.
Any contract entered into as a result of this procurement will be considered to be a contract governed by English Law and subject to the exclusive jurisdiction of the Courts of England and Wales.
TfGM is not liable for any costs, fees or expenses (including third party costs, fees or expenses) incurred by those expressing an interest in, negotiating or tendering for this contract opportunity.
TfGM reserves the right to terminate this procurement process or to amend or vary the process at any time prior to the conclusion of the award of contract without liability to any party.
Applicants are advised that the most economically advantageous tender or any tender will not automatically be accepted.
Any contract that is awarded to the successful tenderer will need to comply with relevant provisions in Regulation of 1370/2007 regarding there being no overcompensation of the successful tenderer.
TfGM issued a notice under Article 7(2) of Regulation 1370/2007 PIN in relation to this procurement: 2015/s 024-38944 and is issuing an update to that notice alongside issuing this Contract Notice.
Note: where data is provided in this Contract Notice and the Memorandum of Information in the PQQ, it is intended to help bidders understand the contract opportunity. The Contract is, however, a long term contract and the Contract will cover the operation and maintenance of Metrolink and its related assets as it develops over the life of the Contract e.g. number of trams, passengers, lines, stops etc. are all likely to change over the life of the Contract.
VI.5)Date of dispatch of this notice: