Tender

Conveyor Overhauls, Repairs and Maintenance

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice identifier: 2021/S 000-007315

Procurement identifier (OCID): ocds-h6vhtk-02a404

Published 8 April 2021, 10:54pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Email

garry.pyne@networkrail.co.uk

Telephone

+44 7720513389

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

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

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Conveyor Overhauls, Repairs and Maintenance

Reference number

25674

two.1.2) Main CPV code

  • 42417200 - Conveyors

two.1.3) Type of contract

Supplies

two.1.4) Short description

Lot 1 - Conveyor Shaft Overhauls - Labour and Materials

Lot 2 - Conveyor Repairs and Maintenance - Labour and Materials

Lot 3 - Conveyor Ladder kits - Materials

Lot 4 - Main Conveyor Overhauls with OEM - Labour and Materials

two.1.5) Estimated total value

Value excluding VAT: £4,808,440

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Agreements can be awarded to one supplier for each lot 1-3. These can be the same supplier or different suppliers. Lot 4 can be awarded only to the OEM for the reasons of ownership of intellectual property of the designs for the work required.

two.2) Description

two.2.1) Title

Conveyor Shaft Overhauls

Lot No

1

two.2.2) Additional CPV code(s)

  • 42417300 - Conveyor equipment
  • 42419800 - Parts of conveyors

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

The supplier is required to overhaul idler and drive conveyor shafts to OEM standard during all modular maintenance works on all conveyors on the following vehicle types (RM900, SPW, NBPW, VM80, 09CM, MFS-D, MFS-SB). The shafts can be overhauled off-site but will be collected and delivered to Holgate. The volume is dependent on the number of MFS Main Conveyor Overhauls completed in house.

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: £701,440

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

Duration in months

48

This contract is subject to renewal

No

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:

For Lots 1-3 Network Rail will select a shortlist of 5 Candidates for ITT, from the highest scoring PQQ compliant responses that successfully “pass” all of the pass/fail questions.

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

two.2) Description

two.2.1) Title

Conveyor Repairs and Maintenance

Lot No

2

two.2.2) Additional CPV code(s)

  • 42417300 - Conveyor equipment
  • 42417310 - Conveyor belts
  • 42419800 - Parts of conveyors

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

Network Rail Locations in England, Wales and Scotland

two.2.4) Description of the procurement

To carry out ad hoc conveyor repairs and servicing. These conveyor repairs and servicing are above the current scope of basic maintenance activities that are undertaken by the High Output team, where a supplier can provide expert knowledge and assistance. The requirements include the provision of modifications to various parts within the conveyor assembly. This will happen in all HOOBs where High Output are based, nationwide throughout the contract period.

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: £1,122,000

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

Duration in months

48

This contract is subject to renewal

No

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:

For Lots 1-3 Network Rail will select a shortlist of 5 Candidates for ITT, from the highest scoring PQQ compliant responses that successfully “pass” all of the pass/fail questions.

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

two.2) Description

two.2.1) Title

Conveyor Ladder Kits

Lot No

3

two.2.2) Additional CPV code(s)

  • 42417300 - Conveyor equipment
  • 42419800 - Parts of conveyors

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

These are required to support the BCS overhaul programme in the future (type a) and Main Conveyor Overhauls (type b), Type b conveyor chain and support kits and may be purchased

directly by Network Rail or by the outsourced supplier outside of this agreement, to support any outsourced overhaul strategy. Type B volume is dependent on the number of MFS Main Conveyor Overhauls completed in house.

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: £1,030,000

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

Duration in months

48

This contract is subject to renewal

No

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:

For Lots 1-3 Network Rail will select a shortlist of 5 Candidates for ITT, from the highest scoring PQQ compliant responses that successfully “pass” all of the pass/fail questions.

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

two.2) Description

two.2.1) Title

Main Conveyor Overhauls (Parts or Labour and Parts)

Lot No

4

two.2.2) Additional CPV code(s)

  • 42417300 - Conveyor equipment
  • 42419800 - Parts of conveyors
  • 71311230 - Railway engineering services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Single Tender Action with the manufacturer. The Supplier is required either to supply parts only to support in house overhauls or labour and materials to overhaul the bottom conveyor on up to 44 x MFS Wagons in batches of 5 at the

supplier’s preferred location. The overhaul is part of the Year 2 of CP6 planned overhaul work, although will be carried out if required when capacity is available. This will be facilitated by the release of additional MFS wagons to bolster the consists, whilst 5 wagons are removed for overhaul. The wagons will be away from the fleet for approximately 10 weeks at a time

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: £1,955,000

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

Duration in months

48

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: 1

Objective criteria for choosing the limited number of candidates:

One candidate will be shortlisted for this requirement, based on the ownership of the relevant IPR for the designs of the work required.

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.1.2) 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

Refer to the documents - Instructions to Participants and NR Criteria.

three.1.6) Deposits and guarantees required

As stated in the PQQ documentation

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

As stated in the tender 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 documentation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the 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 several operators

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

11 May 2021

Local time

12:00pm

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

16 June 2021

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: Around August 2024

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

Strand

London

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals

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

Network Rail Infrastructure Ltd

Quadrant MK, Elder Gate

Milton Keynes

MK9 1EN

Email

garry.pyne@networkail.co.uk

Telephone

+44 7720513389

Country

United Kingdom

Internet address

www.networkrail.co.uk