Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
ruth.hinchcliffe@networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://networkrail.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cleaning and Waste Removal Services for Network Rail High Speed
Reference number
project_23956
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Network Rail High Speed (NRHS) requires the provision of Cleaning and Waste Removal services
across the NRHS portfolio. This Agreement covers the requirement for cleaning, waste, janitorial and
pest control services for St. Pancras, Ebbsfleet including restricted zone area and Stratford International
stations, Singlewell, Camley Street and Ripple Lane Depots
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Network Rail High Speed (NRHS) requires the provision of Cleaning and Waste Removal services
across the NRHS portfolio. This Agreement covers the requirement for cleaning, waste, janitorial and
pest control services for St. Pancras, Ebbsfleet including restricted zone area and Stratford International
stations, Singlewell, Camley Street and Ripple Lane Depots
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2022
End date
28 February 2027
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the framework will be 5 years. There is a possible option to extend by 1Y+1Y
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
NR2(HS)
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 5 July 2021
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Please refer to project code 23956
six.4) Procedures for review
six.4.1) Review body
The High Court
London
WC2A 1AA
Country
United Kingdom