Hysbysiad contract - cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Transport for Wales Rail Limited (Utility Buyer)
3 Llys Cadwyn, Pontypridd
Rhondda Cynon Taf
CF37 4TH
UK
Person cyswllt: Paul M. Peters
Ffôn: +44 7941365603
E-bost: paulmpeters@omniaprocurement.onmicrosoft.com
NUTS: UKL
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.tfwrail.wales
Cyfeiriad proffil y prynwr: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA80566
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.sell2wales.gov.wales
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.sell2wales.gov.wales
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://www.sell2wales.gov.wales
I.6) Prif weithgaredd
Gwasanaethau rheilffyrdd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Transport for Wales Rail Mk4 Rebranding
II.1.2) Prif god CPV
71311230
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Mk-4 Rolling Stock is a mixture of passenger and driver trailer vehicles. TfWR has purchased the following types:
- Tourist Open End (TOE);
- Tourist Open (TO);
- Tourist Open Disabled (TOD);
- Service Vehicle (SV);
- Premium Open Disabled (POD); and
- Driver Van Trailer (DVT).
The rolling stock was purchased in two (2) tranches:
- Tranche 1 – most recently operated by LNER; and
- Tranche 2 – most recently operated by Grand Central.
The Mk 4 vehicles have been formed into rakes consisting of one of each type of vehicle together with a Class 67 Vehicle.
The current livery of the combined fleet will be mixed and not instantly recognisable as TfWR operated trains. There are also issues with compliance of the Grand Central fleet with regards to PRM regulations.
In addition to this the LNER vehicles are vinyl wrapped and are already showing signs of aging with a dull appearance, blemishes and breaks in the vinyl.
To address the brand identity and PRM issues TfWR contracted DG8, a rail industrial design consultancy, to facilitate and produce concepts, designs and costings based upon the working groups requirements and compliance with industry standards.
The current re-branding exclude the Class 67 locomotive that is used to haul the Mk-4 Rolling Stock.
TfWR are now seeking a supplier or suppliers that can provide the services stated in the RfP.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
71311230
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
The Mk-4 Rolling Stock is a mixture of passenger and driver trailer vehicles that were originally built in 1989 by Metro-Cammell as part of the IC225 fleet operated on the East Coast Mainline. TfWR has purchased the following types:
- Tourist Open End - (TOE);
- Tourist Open - (TO);
- Tourist Open Disabled - (TOD);
- Service Vehicle - (SV);
- Premium Open Disabled – (POD); and
- Driver Van Trailer (DVT).
The rolling stock was purchased in two (2) tranches:
- Tranche 1 – most recently operated by LNER; and
- Tranche 2 – most recently operated by Grand Central.
The Mk 4 vehicles have been formed into rakes consisting of one of each type of vehicle together with a Class 67 Vehicle.
Branding and PRM Compliance
The current livery of the combined fleet will be mixed and not instantly recognisable as TfWR operated trains. There are also issues with compliance of the Grand Central fleet with regards to PRM regulations.
In addition to this the LNER vehicles are vinyl wrapped and are already showing signs of aging with a dull appearance, blemishes and breaks in the vinyl.
To address the brand identity and PRM issues TfWR contracted DG8, a rail industrial design consultancy, to facilitate and produce concepts, designs and costings based upon the working groups requirements and compliance with industry standards.
The current re-branding exclude the Class 67 locomotive that is used to haul the Mk-4 Rolling Stock.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 12
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Must be able to comply with all laws, applicable standards and have the licences, competency and ability to perform the requirements of this tender.
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
Must be able to comply with all laws, applicable standards and have the licences, competency and ability to perform the requirements of this tender.
III.1.6) Adneuon a gwarantau sy’n ofynnol:
Not Applicable
III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:
Supplier to illustrate as part of proposal.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.1) Gwybodaeth am broffesiwn penodol
PDim ond proffesiwn penodol all gymryd rhan : Ydy
Cyfeiriad at y ddeddf, rheoliad neu ddarpariaeth weinyddol berthnasol:
Must be able to comply with all laws, applicable standards and have the licences, competency and ability to perform the requirements of this tender.
III.2.2) Amodau perfformiad contractau
Please refer to procurement documentation
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
13/10/2022
Amser lleol: 17:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Rhaid i’r tendr fod yn ddilys tan:
30/12/2022
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
13/10/2022
Amser lleol: 17:00
Place:
Online - Electronic Submissions
Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:
Paul M. Peters
Hannah Noyce
Clare James
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
See procurement documentation.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=123312.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:123312)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Ffôn: +44 2079477501
VI.5) Dyddiad anfon yr hysbysiad hwn
22/09/2022