Opportunity

RIDC Melton - Maintenance of Infrastructure

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice reference: 2023/S 000-005647

Published 27 February 2023, 9:50am



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Contact

Garry Pyne

Email

garry.pyne@networkrail.co.uk

Telephone

+44 7720513389

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

2904587

Internet address(es)

Main address

www.networkrail.co.uk

Buyer's address

https://networkrail.bravosolution.co.uk

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

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

https://networkrail.bravosolution.co.uk

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

RIDC Melton - Maintenance of Infrastructure

Reference number

28681

two.1.2) Main CPV code

  • 50225000 - Railway-track maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The requirement is for the Provision of Maintenance of the Infrastructure at RIDC Melton in accordance with the Non-Mainline Safety Management System (SMS), National Legislation, Railway Group Standards, British and Network Rail standards, HASAWA and other RSSB supporting documents. The contract is for an initial period until the lease expiry on 2 February 2027, plus an option to extend to 31 March 2029; and then finally to 31 March 2031

two.1.5) Estimated total value

Value excluding VAT: £19,923,639

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50220000 - Repair, maintenance and associated services related to railways and other equipment

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
Main site or place of performance

RIDC Test Track near Melton Mowbray, Leicestershire

two.2.4) Description of the procurement

The core services to be provided consist of:

• Vegetation Management

• Fencing

• Structures and Civils

• Track Maintenance

• Power Distribution Maintenance

• DC Electrification Maintenance (4th Rail DC)

• OLE Maintenance (25kv)

• Signalling, Command and Control

• Earthworks

• Drainage, Lighting, Earthing, All wire ways and risers

• All roadways and car parks

• Upgrades and reactive works of less than £200,000 in value

• Changes to support and maintain specific new test environments

Trackside Power Supply and Equipment

ETCS Level 2 system

Standard 3rd Rail

Lineside battery energy storage systems

Infrastructure to support hydrogen trains

Noise test facilities enhanced maintenance and certifications

• Extension of the OHL infrastructure from milepost 188 to 120 (2 miles)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £19,923,639

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

22

This contract is subject to renewal

Yes

Description of renewals

26 months up to 31 March 2029, finally 24 months up to 31 March 2031

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

two.2.10) Information about variants

Variants will be accepted: Yes

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated in the procurement documentation.

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

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As stated in the procurement documentation.

three.1.6) Deposits and guarantees required

As stated in the procurement documentation.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As stated in the procurement documentation.

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

As stated in the procurement documentation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documentation.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 8 years:

The term does not exceed 8 years.

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-027487

four.2.2) Time limit for receipt of tenders or requests to participate

Date

29 March 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

7 July 2023

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

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 60 months

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

The High Court

7 Rolls Building, Fetter Lane

London

EC4A 1NL

Telephone

+44 2079477501

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/

six.4.4) Service from which information about the review procedure may be obtained

Network Rail Infrastructure Ltd

C&P, Quadrant MK, Elder Gate,

Milton Keynes

MK9 1EN

Email

garry.pyne@networkrail.co.uk

Telephone

+44 720513389

Country

United Kingdom

Internet address

www.networkrail.co.uk