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 Award Notice

System Safety Services

  • First published: 11 September 2019
  • Last modified: 11 September 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Network Rail Infrastructure Ltd
Authority ID:
AA73642
Publication date:
11 September 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Network Rail system safety is mainly directed by the legislations Common Safety Methods and Technical specifications for interoperability. NR standards has a dedicated suite of standards NR/L2/RSE/100 which forms the basis for managing system safety for projects throughout its life cycle.

System safety services consist of (but not limited to) the following aspects.

There are two parts to the system safety works, preparation of the works and formal assessments through the appointments of the independent bodies. This framework scope covers the preparation of the works and supporting projects through their assessments lifecycle.

Full notice text

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

Contact person: Sarabjit Lota

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

System Safety Services

II.1.2) Main CPV code

79417000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Network Rail system safety is mainly directed by the legislations Common Safety Methods and Technical specifications for interoperability. NR standards has a dedicated suite of standards NR/L2/RSE/100 which forms the basis for managing system safety for projects throughout its life cycle.

System safety services consist of (but not limited to) the following aspects.

There are two parts to the system safety works, preparation of the works and formal assessments through the appointments of the independent bodies. This framework scope covers the preparation of the works and supporting projects through their assessments lifecycle.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 10 000 000.00  GBP

II.2) Description

Lot No: Service Area 1 - Paddington to Swindon

II.2.1) Title

System Safety Services

II.2.2) Additional CPV code(s)

79417000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Network Rail system safety is mainly directed by the legislations Common Safety Methods and Technical specifications for interoperability. NR standards has a dedicated suite of standards NR/L2/RSE/100 which forms the basis for managing system safety for projects throughout its life cycle.

System safety services consist of (but not limited to) the following aspects.

There are two parts to the system safety works, preparation of the works and formal assessments through the appointments of the independent bodies. This framework scope covers the preparation of the works and supporting projects through their assessments lifecycle.

II.2.5) Award criteria

Quality criterion: Technical and Methodology / Weighting: 15 %

Quality criterion: HSQE / Weighting: 10 %

Quality criterion: Sustainability / Weighting: 5 %

Quality criterion: Resources / Weighting: 15 %

Quality criterion: Programme / Weighting: 5 %

Price / Weighting:  50 %

II.2.11) Information about options

Options: Yes

Description of options:

The parties agree that the term is, subject to the provisions of the agreement, 3 years from the commencement date with options to extend further 2 years on 1 plus 1 year arrangement, not extend the term beyond 30.9.2024.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Service Area 2 - Swindon including Wales

II.2.1) Title

System Safety Services

II.2.2) Additional CPV code(s)

79417000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Network Rail system safety is mainly directed by the legislations Common Safety Methods and Technical specifications for interoperability. NR standards has a dedicated suite of standards NR/L2/RSE/100 which forms the basis for managing system safety for projects throughout its life cycle.

System safety services consist of (but not limited to) the following aspects.

There are 2 parts to the system safety works, preparation of the works and formal assessments through the appointments of the independent bodies. This framework scope covers the preparation of the works and supporting projects through their assessments lifecycle.

II.2.5) Award criteria

Quality criterion: Technical and Methodology / Weighting: 15 %

Quality criterion: HSQE / Weighting: 10 %

Quality criterion: Sustainability / Weighting: 5 %

Quality criterion: Resources / Weighting: 15 %

Quality criterion: Programme / Weighting: 5 %

Price / Weighting:  50 %

II.2.11) Information about options

Options: Yes

Description of options:

The parties agree that the term is, subject to the provisions of the agreement, 3 years from the commencement date with options to extend further 2 years on 1 plus 1 year arrangement, not extend the term beyond 30.9.2024.

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 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.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Lot No: Service Area 1

Contract No: ecm_16763

Title: System Safety Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/09/2019

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Risktec Solutions Ltd

2904587

3 More London Riverside

London

NW1 2DN

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Service Area 2

Contract No: ecm_16766

Title: System Safety Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/09/2019

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Mott MacDonald Ltd

01243967

8-10 Sydenham Road

Croydon

CR0 2EE

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Service Area 1

Contract No: ecm_16768

Title: System Safety Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

03/09/2019

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Synergy Rail Ltd.

07052630

Oakhurst;Oakley Road, Bromley

Kent

BR2 8HQ

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Service Area 2

Contract No: ecm_16770

Title: System Safety Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/09/2019

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

WSP UK Limited

01383511

6 Devonshire Square

London

EC2M 4YE

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The call for competition was undertaken with supplier selection conducted through the Railway Industry Supplier Qualification System (RISQS) against the safety consultancy code.

VI.4) Procedures for review

VI.4.1) Review body

Network Rail Infrastructure Limited

1 Eversholt Street

London

NW1 2DN

UK

Telephone: +44 1908781000

Internet address(es)

URL: https://networkrail.bravosolutions.co.uk/web/login.html

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

A regulation 101 (1) of the Utilities Contracts Regulations 2016 letter was sent (electronically) 9.8.2019 to the participants to confirm the outcome of the award process and commencement of standstill period. The standstill period has since passed and finished.

VI.5) Date of dispatch of this notice

06/09/2019

Coding

Commodity categories

ID Title Parent category
79417000 Safety consultancy services Business and management consultancy services

Delivery locations

ID Description
100 UK - All

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:
Sarabjit.Lota@networkrail.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.