Rolling Stock Tender
The overhaul of class 313 bogies operated by first capital connect.
UK-London: railway and tramway locomotives and rolling stock and associated parts
2012/S 44-072459
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
First Capital Connect
Hertford House, 1 Cranwood Street
Contact point(s): FirstGroup Engineering Procurement – Rail Division
For the attention of: Stephen Stewart
EC1 9QS London
UNITED KINGDOM
E-mail: stephen.stewart@firstgroup.com
Internet address(es):
General address of the contracting entity: www.firstcapitalconnect.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
Railway services
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
The overhaul of class 313 bogies operated by first capital connect.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 18: Rail transport services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
The overhaul of class 313 bogies operated by first capital connect.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT
Range: between 800 000,00 and 1 200 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 8.10.2012 Completion 2.9.2013
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Bidders must be accredited under RISAS (Railway industry supplier approval scheme) for MO1-B A wheelsets, MO1-B wheelset components, MO1-C bogie components MO1-D suspension components.
Further information can be obtained from
www.risas.org.uk.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Bidders must be accredited under RISAS (Railway industry supplier approval scheme) for MO1-B A wheelsets, MO1-B wheelset components, MO1-C bogie components MO1-D suspension components.
Further information can be obtained from
www.risas.org.uk.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
FCCSS001
IV.3.2)Previous publication(s) concerning the same contract
no
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
16.3.2012 – 17:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:1.3.2012