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