Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
Telephone
+44 7720513389
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
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
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
Telephone
+44 7720513389
Country
United Kingdom