Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
tom.weatherley@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
www.networkrail.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.networkrail.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned 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
www.networkrail.bravosolution.co.uk
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Design and Production of Powered Torque Wrench
Reference number
project_23871
two.1.2) Main CPV code
- 43830000 - Power tools
two.1.3) Type of contract
Supplies
two.1.4) Short description
The proposed powered torque wrench is a railway maintenance tool to be used for two separate functions:
• Fishplate bolt applications (for tightening and unfastening).
• Chair/coach screw applications.
two.1.5) Estimated total value
Value excluding VAT: £3,411,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42600000 - Machine tools
- 42611000 - Special-purpose machine tools
- 42650000 - Pneumatic or motorised hand tools
- 42652000 - Hand-held electromechanical tools
- 43830000 - Power tools
- 44510000 - Tools
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This is an innovation-based project where suppliers will be expected to design a product in line with the new Network Rail specification. Network Rail requires a bespoke product as identified in Specification No. RMVP-SP-0097 - Issue 3, in order to meet UK and EU regulations regarding Health and Safety, Environmental and ORR requirements.
A single contract agreement for all 929 units will be awarded following full completion of the Network Rail Product Testing process which will provide Business as Usual (BAU) purchase of the units. This will consist of a preliminary Product Acceptance certification that will provide the relevant Network Rail Department with authority to purchase trial units, which are then to be taken forward for full Product Acceptance trialling (an estimated 6-month period). Following successful completion of the trial, the product will receive its full Product Approval certification which will allow for the purchase of BAU units nationally.
Network Rail reserves the right to increase or decrease the indicative 929 unit total by up to +/-20% at any stage of the procurement process.
Guidance on the management of the Product Acceptance service, practices to be followed, authorities and policy is provided within the Tender Pack. This document is to support the successful delivery of a professional, effective, and transparent Product Acceptance service.
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
Duration in months
60
This contract is subject to renewal
No
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.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
29 March 2021
Local time
12:00pm
Changed to:
Date
11 April 2021
Local time
11:59pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Court
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Court
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Network Rail will incorporate a minimum 10 calendar day standstill period at the point when the information on the award of the contract, is communicated to tenderers.
Applications/tenderers who are unsuccessful shall be informed by Network Rail as soon as possible after the decision has been made as to the reasons why the applicant/tenderer was unsuccessful.
If an appeal regarding the award of the contract has not been successfully resolved, the Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any documents to be amended. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to review the award decision before the contract is entered into.