Contract award notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Network Rail Infrastructure Ltd
2904587
1 Eversholt Street
London
NW1 2DN
UK
Telephone: +44 1908781000
E-mail: Sarabjit.Lota@networkrail.co.uk
NUTS: UK
Internet address(es)
Main address: www.networkrail.co.uk
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Test and Commission Service and Electrical Engineering Works Framework
Reference number: Bravo Project 18731
II.1.2) Main CPV code
71600000
II.1.3) Type of contract
Services
II.1.4) Short description
Network Rail is awarding a zero value commitment NR4 Measured Term (MT) framework for the outlined scope below. The framework has two lots (areas) with one supplier per lot i.e. one supplier per area. Network Rail can award work directly to a lot supplier or select the adjacent lot supplier if the conditions set out in the commission procedure are actioned.
The framework scope covers test and commission services and electrical engineering works on electrical engineering assets within the Western and Wales Region and as far as Shenfield MPATS in Anglia including but not limited to:
— traction power HV distribution assets and contact system isolators and disconnectors,
— DNO three phase and single phase supply interfaces; metering, connection agreements,
— non-traction high voltage distribution,
— associated SCADA systems.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
5 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Test and Commission Electrical Engineering Works Framework — Area 1
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The framework scope covers test and commission services and electrical engineering works on electrical engineering assets within the Western and Wales Region and as far as Shenfield MPATS in Anglia including but not limited to:
— traction Power HV distribution assets and Contact System isolators and disconnectors,
— DNO three phase and single phase supply interfaces; metering, connection agreements,
— non-traction high voltage distribution,
— associated SCADA systems.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 15 %
Quality criterion: Programme
/ Weighting: 10 %
Quality criterion: Resources (including contract org and sub-contract)
/ Weighting: 10 %
Quality criterion: Safety
/ Weighting: 10 %
Quality criterion: Sustainability
/ Weighting: 5 %
Price
/ Weighting:
50 %
II.2.11) Information about options
Options:
Yes
Description of options:
The framework operates for 3 years until 30 June 2023, thereafter may be extended by Network Rail on a yearly basis until 30 June 2025.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 2
II.2.1) Title
Test and Commission Electrical Engineering Services Framework — Area 2
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The framework scope covers test and commission services and electrical engineering works on electrical engineering assets within the Western and Wales Region and as far as Shenfield MPATS in Anglia including but not limited to:
— traction power HV distribution assets and contact system isolators and disconnectors
— DNO three phase and single phase supply interfaces; metering, connection agreements
— non-traction high voltage distribution
— associated SCADA Systems.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 15 %
Quality criterion: Programme
/ Weighting: 10 %
Quality criterion: Resources (including contract org and sub-contract)
/ Weighting: 10 %
Quality criterion: Safety
/ Weighting: 10 %
Quality criterion: Sustainability
/ Weighting: 5 %
Price
/ Weighting:
50 %
II.2.11) Information about options
Options:
Yes
Description of options:
The framework operates for 3 years until 30 June 2023, thereafter may be extended by Network Rail on a yearly basis until 30 June 2025.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 027-060964
Section V: Award of contract
Lot No: 1
Contract No: ecm_21018
Title: Test and Commissioning Services and Electrical Engineering Works — Area 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/07/2020
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
UK Power Networks Services (Commercial) Ltd
2965182
Newington House, 237 Southwark Bridge Road
London
SE1 6NP
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 5 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: ecm_21019
Title: Test and Commissioning Services and Electrical Engineering Works — Area 2
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/07/2020
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
WJ Project Services Ltd
06327567
11 Bell Lane, Monks Kirby
Rugby
CV23 0QY
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 5 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
The High Court Rolls Building
7 Rolls Building, Fetter Lane
London
EC4A 1NL
UK
VI.5) Date of dispatch of this notice
03/08/2020