Section one: Contracting authority
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.networkrail.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/web/login.html
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/web/login.html
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/web/login.html
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Railway Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Audit & Inspections of Property Managed Commercial Assets across Network Rails Regional and Central Departments.
two.1.2) Main CPV code
- 71315400 - Building-inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Network Rail (NR) requires 4 framework suppliers (Consultants) to undertake and complete the statutory compliance and general planned preventative maintenance (PPM) inspections/audits of Network Rail’s commercial properties, including freight sites; the retained commercial estate and other properties, including the capacity for inspecting retail units within managed stations that are owned/managed by NR across all regional and central departments.
It is envisaged that additional requirements such as arch co estate and development sites will be added to the list of properties during the framework agreement period.
Inspectors must have a minimum of HNC/NVQ level 4 in a construction related subject and a minimum of 2 years building condition inspection experience. Building inspectors must have a broad knowledge of building & land statutory compliance, legislation, and maintenance as well as sufficient experience in undertaking such matters.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71315400 - Building-inspection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Across United Kingdom
two.2.4) Description of the procurement
Network Rail (NR) requires 4 framework suppliers (Consultants) to undertake and complete the statutory compliance and general planned preventative maintenance (PPM) inspections/audits of Network Rail’s commercial properties, including freight sites; the retained commercial estate and other properties, including the capacity for inspecting retail units within managed stations that are owned/managed by NR across all regional and central departments.
It is envisaged that additional requirements such as arch co estate and development sites will be added to the list of properties during the framework agreement period.
Inspectors must have a minimum of HNC/NVQ level 4 in a construction related subject and a minimum of 2 years building condition inspection experience. Building inspectors must have a broad knowledge of building & land statutory compliance, legislation, and maintenance as well as sufficient experience in undertaking such matters.
Suppliers are required to carry out all of the required inspections/audits in full compliance with statutory regulation, Health & Safety legislation, Rail Safety Standard Boards requirements, Network Rail standards, HSE Guidance, and industry best practice etc.
This framework will also give the relevant Property team complete visibility of assets as part of this service and requires all inspection/audit reports and associated photographs, documents, evidence etc. to be uploaded against the Unique Property Reference Number (UPRN) to Network Rail’ digital system known as iAuditor on a periodic basis and overall periodic compliance dashboards are to be provided. Access to the relevant digital platforms can be requested by the contractor and once the request has been approved can be provisioned by Network Rail. The contractor must notify Network Rail when a member of staff leaves, or no longer needs access, such that the relevant licenses and access can be removed.
This contract has a customer service driven element which can be defined as providing guidance, support and encouragement when it comes to addressing the needs and welfare of tenants in the context of meeting statutory and NR best practice H&S standards. As such the Property inspection officers will be expected to interact with tenants, respective stakeholders, and members of the public in a professional and courteous manner using excellent communication skills and logging and recording all contacts.
Suppliers will be required to advise the Property team on changes to statutory compliance requirements, and assist the Property team in:
• Maintaining the Property Inspections Master Matrix
• Updating on legal requirements
• Updating on regulatory changes, or changes in statute
• Provision of best practice in all of these inspection requirements
• Produce periodic management reports to the Regional Leads
The scope includes inspecting the buildings/arches and land to provide Network Rail with assurance that tenants are up to date with all statutory compliance and general servicing & maintenance requirement. It is required that this assurance is evidenced by viewing maintenance records, certificates, records and so on as well as by visual observations where appropriate.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Quality criterion - Name: Price / Weighting: 30
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
Stated in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for 2 years (12months + 12 months)
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 documents
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.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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 several operators
Envisaged maximum number of participants to the framework agreement: 4
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
Date
14 April 2023
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
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: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom