Construction Tenders

Sun May 19 2024

Related Information

Construction Contract Leads

London

Category Works

Type

No. of Lots 1

Status Active

Published 15th Sep 2023

Tender Details
Referenceocds-h6vhtk-03fd37
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£2,000,000
More Tenders »

London

Category Works

Type

No. of Lots 1

Status Active

Published 15th Sep 2023

Tender Details
Referenceocds-h6vhtk-03fd37
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£2,000,000

Section I: Contracting entity

I.1) Name and addresses

First Greater Western Railway Limited

Swindon

SN1 1HL

Email

sabrina.hollingum [at] firstrail.com

Country

United Kingdom

NUTS code

UKI32 - Westminster

Companies House

05113733

Internet address(es)

Main address

https://www.gwr.com/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://redirect.transaxions.com/events/qZ7Wh

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.6) Main activity

Railway services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Dynamic Purchasing System for the Provision of Minor Works and Services

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

First Rail Holdings Ltd (FRH) are looking to set up a Dynamic Purchasing System (DPS) for the provision of minor works.

FRH will act as the Central Purchasing Body (CPB) with First Greater Western Ltd acting as the sole permitted user and buyer under this DPS.

The DPS will be valid for one (1) year. FRH reserve the right to extend, shorten, or terminate at any time, at their total discretion.

Mini competitions will be held as per requirement for Suppliers who are admitted to the DPS.

Complex and non-complex projects will be awarded throughout the duration of this DPS.

II.1.5) Estimated total value

Value excluding VAT: £2,000,000

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
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

II.2.4) Description of the procurement

The DPS for minor works will cover the following two categories:

1. Building Refurbishment with associated works and services

2. Asset Replacement or new assets, with associated works and services

There are 3 stages to this procurement:

1. Admittance to the DPS

2a. Mini-competition (non-complex requirement)

2b. For complex requirements there will be a further stage of technical competence (only for certain requirements)

3. Evaluation

Please note that Contract Terms and Conditions are accepted at the point of entry onto the DPS.

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

12

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: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

14 September 2024

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.2) Information about electronic workflows

Electronic invoicing will be accepted

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom