Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
Contact
Garry Pyne
Telephone
+44 7720513389
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
2904587
Internet address(es)
Main address
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
Telephone
+44 720513389
Country
United Kingdom