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: Muberra Bushell
Telephone: +44 1908781000
E-mail: Muberra.Bushell@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
Ergonomics Services
II.1.2) Main CPV code
73220000
II.1.3) Type of contract
Services
II.1.4) Short description
The new ergonomics framework will cover ergonomics services across a wide range of works disciplines including signalling for Wales and Western (W&W) region.
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: Area 1 - Thames Valley Area - Western & Wales and Paddington to Reading
II.2.1) Title
Ergonomics Services
II.2.2) Additional CPV code(s)
73220000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The new ergonomics framework will cover ergonomics services across a wide range of works disciplines including signalling for Wales and Western (W&W) region.
II.2.5) Award criteria
Quality criterion: Technical and methodology
/ Weighting: 20 %
Quality criterion: HSQE
/ Weighting: 10 %
Quality criterion: Sustainability
/ Weighting: 5 %
Quality criterion: Resources
/ Weighting: 15 %
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, up to 5 years from the commencement date of the agreement. The agreement shall automatically expire at the end of the term, but may be extended prior to its end, at Network Rail's sole discretion, by Network Rail issuing written notices of extension to the contractor, provided such notices do not extend the term beyond 31.7.2024.
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: Area 2 - Bristol and West Country including Wales - Western & Wales and Paddington to Reading
II.2.1) Title
Ergonomics Services
II.2.2) Additional CPV code(s)
73220000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The new ergonomics framework will cover ergonomics services across a wide range of works disciplines including signalling for Wales and Western (W&W) region.
II.2.5) Award criteria
Quality criterion: Technical and methodology
/ Weighting: 20 %
Quality criterion: HSQE
/ Weighting: 10 %
Quality criterion: Sustainability
/ Weighting: 5 %
Quality criterion: Resources
/ Weighting: 15 %
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, up to 5 years from the commencement date of the agreement. The agreement shall automatically expire at the end of the term, but may be extended prior to its end, at Network Rail's sole discretion, by Network Rail issuing written notices of extension to the contractor, provided such notices do not extend the term beyond 31.7.2024.
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: Area 1
Contract No: ecm_16376
Title: Ergonomics Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
23/08/2019
V.2.2) Information about tenders
Number of tenders received: 3
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
London
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: Area 2
Contract No: ecm_16378
Title: Ergonomics 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: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
CCD Design and Ergonomics Ltd
01337532
68-80 Hanbury Street
London
E1 5JL
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 ergonomics services code.
VI.4) Procedures for review
VI.4.1) Review body
Network Rail Infrastructure Ltd
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) 5.7.2019 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