Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
UK
Contact person: Garry Pyne
Telephone: +44 908781000
E-mail: garry.pyne@networkrail.co.uk
NUTS: UK
Internet address(es)
Main address: www.networkrail.co.uk
Address of the buyer profile: https://networkrail.bravosolution.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://networkrail.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://networkrail.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://networkrail.bravosolution.co.uk
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Supply of Electronic Treadles
Reference number: 20430
II.1.2) Main CPV code
34632200
II.1.3) Type of contract
Supplies
II.1.4) Short description
A treadle is a device that is used to provide additional detection associated to a track circuit, signal and level crossing function. The primary role of a treadle is to provide a secondary level of security for the safe operation of level crossing activation.
II.1.5) Estimated total value
Value excluding VAT:
26 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
34942000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Network Rail Infrastructure — UNITED KINGDOM.
II.2.4) Description of the procurement
This tender’s goal is to procure:
1) a more reliable treadle which will help prevent future Schedule 8 fines;
2) a treadle with less maintenance and fitting requirements improving safety;
3) a treadle that can be retrofitted – a quicker exchange;
4) to make savings on whole life costs.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
26 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the documentation.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
As stated in the documentation.
III.1.6) Deposits and guarantees required:
As stated in the documentation.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in the documentation.
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As stated in the documentation.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the documentation.
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 several operators.
Envisaged maximum number of participants to the framework agreement: 2
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 096-232967
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/07/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
14/09/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
04/01/2021
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
7 years.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Network Rail Infrastructure Ltd
Quadrant MK, Elder Gate
Milton Keynes
MK9 1EN
UK
Telephone: +44 908708000
E-mail: garry.pyne@networkrail.co.uk
Internet address(es)
URL: www.networkrail.co.uk
VI.5) Date of dispatch of this notice
06/07/2020