Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

On-Track Reactive Services

  • First published: 09 January 2019
  • Last modified: 09 January 2019

Contents

Summary

OCID:
ocds-kuma6s-088731
Published by:
Network Rail
Authority ID:
AA22151
Publication date:
09 January 2019
Deadline date:
16 January 2019
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Network Rail Wales Route are conducting a pre-market engagement exercise as part of the approach to procuring the services required for the On-Track Reactive Services Framework Agreement. Network Rail would like to engage with the market and potential bidders ahead of the upcoming re-tender for the above-mentioned framework. The aim of this questionnaire is to gain a better understanding of the capabilities within the market and to gain information about the range of options/solutions that are available. This also provides suppliers with the opportunity to communicate with Network Rail regarding the services available within the market and to inform us about what has worked well in the past for them, and what could be improved going forward. This exercise will aid Network Rail in finalising the tender documentation to ensure that it provides all tenderers with a clear understanding of the requirements and to reduce the number of clarifications received during the tender period, in a fair and transparent way. This document and the information within is being made publicly available to all suppliers who wish to provide Network Rail with their comments in relation to the proposed services, which are listed further into this document. A list of the services which have been identified and proposed to be included under this framework are, but not limited to, the following: • Human Fatality Management • Animal Fatality Management (with the provision of veterinary services) • Pest Control • Decontamination services, following a chemical/oil/fuel spill • Collection and disposal of hypodermic needles and sharps • Disposal of hazardous/toxic waste • Disposal of non-hazardous/toxic waste • Disposal of other biological, offensive waste Please note that the above list is for services to be carried out on/near the line. Network Rail has the requirement for the above mentioned reactive services to support existing services and resolve incidents that occur, and the like, in a timely manner so as not to impact the Route’s operations. The aim of this framework would be to ensure that Network Rail have enough options to meet all Service Level Agreements (SLA’s) and to ensure that; should a major incident occur, Wales Route are in the position to react. For fatality management call outs, we would require suppliers to be at the scene of the incident to deal with the fatality within 2 hours from the initial call out. For all decontamination and waste removal call outs which are classed as an emergency, we would require suppliers to attend site within 2 hours from the initial call out. For all non-emergency call outs, we would expect the supplier to attend site within 48 hours.

Full notice text

CONTRACT NOTICE – NATIONAL

SERVICES

1 Authority Details

1.1

Authority Name and Address


Network Rail

4th Floor, St Patrick House,

Cardiff

CF10 5ZA

UK

Danielle John

+44 8457114141


www.networkrail.bravosolution.co.uk

1.2

Address from which documentation may be obtained


Network Rail

4th Floor, St Patrick House,

Cardiff

CF10 5ZA

UK

Danielle John

+44 8457114141


www.Networkrail.bravosolution.co.uk

1.3

Completed documents must be returned to:


Network Rail

4th Floor, St Patrick House,

Cardiff

CF10 5ZA

UK

Danielle John

+44 8457114141


www.Networkrail.bravosolution.co.uk

2 Contract Details

2.1

Title

On-Track Reactive Services

2.2

Description of the goods or services required

Network Rail Wales Route are conducting a pre-market engagement exercise as part of the approach to procuring the services required for the On-Track Reactive Services Framework Agreement. Network Rail would like to engage with the market and potential bidders ahead of the upcoming re-tender for the above-mentioned framework.

The aim of this questionnaire is to gain a better understanding of the capabilities within the market and to gain information about the range of options/solutions that are available. This also provides suppliers with the opportunity to communicate with Network Rail regarding the services available within the market and to inform us about what has worked well in the past for them, and what could be improved going forward. This exercise will aid Network Rail in finalising the tender documentation to ensure that it provides all tenderers with a clear understanding of the requirements and to reduce the number of clarifications received during the tender period, in a fair and transparent way.

This document and the information within is being made publicly available to all suppliers who wish to provide Network Rail with their comments in relation to the proposed services, which are listed further into this document.

A list of the services which have been identified and proposed to be included under this framework are, but not limited to, the following:

• Human Fatality Management

• Animal Fatality Management (with the provision of veterinary services)

• Pest Control

• Decontamination services, following a chemical/oil/fuel spill

• Collection and disposal of hypodermic needles and sharps

• Disposal of hazardous/toxic waste

• Disposal of non-hazardous/toxic waste

• Disposal of other biological, offensive waste

Please note that the above list is for services to be carried out on/near the line.

Network Rail has the requirement for the above mentioned reactive services to support existing services and resolve incidents that occur, and the like, in a timely manner so as not to impact the Route’s operations.

The aim of this framework would be to ensure that Network Rail have enough options to meet all Service Level Agreements (SLA’s) and to ensure that; should a major incident occur, Wales Route are in the position to react.

For fatality management call outs, we would require suppliers to be at the scene of the incident to deal with the fatality within 2 hours from the initial call out.

For all decontamination and waste removal call outs which are classed as an emergency, we would require suppliers to attend site within 2 hours from the initial call out. For all non-emergency call outs, we would expect the supplier to attend site within 48 hours.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=88731.

2.3

Notice Coding and Classification

34221300 Chemical incident unit
90520000 Radioactive-, toxic-, medical- and hazardous waste services
90524100 Clinical-waste collection services
90524200 Clinical-waste disposal services
90524300 Removal services of biological waste
90743000 Services related to toxic substances pollution
90900000 Cleaning and sanitation services
90922000 Pest-control services
1000 WALES
1010 West Wales and The Valleys
1011 Isle of Anglesey
1012 Gwynedd
1013 Conwy and Denbighshire
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1017 Bridgend and Neath Port Talbot
1018 Swansea
1020 East Wales
1021 Monmouthshire and Newport
1022 Cardiff and Vale of Glamorgan
1023 Flintshire and Wrexham
1024 Powys

2.4

Total quantity or scope of tender

3 Conditions for Participation

3.1

Minimum standards and qualification required

Participation in this questionnaire is voluntary and it is therefore not required to provide an answer to all questions, although it would be appreciated if suppliers could answer each question as detailed and honest as possible.

4 Administrative Information

4.1

Type of Procedure

Dual stage

4.2

Reference number attributed to the notice by the contracting authority

N/a

4.3

Time Limits

Deadline for requests to participate
    16-01-2019  Time  12:00

Dispatch of invitations to tender
 25-02-2019

Estimated award date
 30-04-2019

4.5

Language or languages in which tenders or requests to participate can be drawn up

EN 

4.6

Tender Submission Postbox

5 Other Information

5.1

Additional Information

(WA Ref:88731)

The buyer considers that this contract is suitable for consortia bidding.

5.2

Additional Documentation

Pre-Market Engagement Questionnaire - Reactive Services

5.3

Publication date of this notice

 09-01-2019

Coding

Commodity categories

ID Title Parent category
34221300 Chemical incident unit Special-purpose mobile containers
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
90524100 Clinical-waste collection services Medical waste services
90524200 Clinical-waste disposal services Medical waste services
90922000 Pest-control services Facility related sanitation services
90520000 Radioactive-, toxic-, medical- and hazardous waste services Refuse and waste related services
90524300 Removal services of biological waste Medical waste services
90743000 Services related to toxic substances pollution Pollutants tracking and monitoring and rehabilitation services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

pdf
pdf260.04 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.