Awarded contract

Procurement of Cable

  • Network Rail Infrastructure Ltd

F06: Contract award notice – utilities

Notice reference: 2021/S 000-008809

Published 23 April 2021, 10:55pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Email

susan.goss@curriebrown.com

Telephone

+44 1908781000

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.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Procurement of Cable

Reference number

CB/205100

two.1.2) Main CPV code

  • 44321000 - Cable

two.1.3) Type of contract

Supplies

two.1.4) Short description

Network Rail is awarding supplier frameworks which Network Rail intends to use on a non-exclusive basis every time it buys cable. This award covers 74 Cable Types and is divided into 2 lots. Lot 1 relates to individual purchases of Cable Types of lengths up to and including 2 000 m. Lot 2 relates to individual purchase of Cable Types of lengths exceeding 2 000 m.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £150,000,000

two.2) Description

two.2.1) Title

Cable Quantities Less than or Equal to 2 000 m

Lot No

1.

two.2.2) Additional CPV code(s)

  • 31320000 - Power distribution cables
  • 31321700 - Signalling cable
  • 32521000 - Telecommunications cable
  • 32562000 - Optical-fibre cables
  • 32562200 - Optical telecommunication cables

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot covers the supply of cable quantities less than or equal to 2 000 m.

Network Rail is awarding a framework which Network Rail intends to use on a non-exclusive basis every time it buys cable. The cables relate variously to signalling, telecoms, power and fibre optic. In addition to supplying the relevant cables, the appointed suppliers will be expected to manage:

— purchase orders,

— inventory,

— cable drums,

— return of goods,

— cable theft prevention,

— and will also be required to provide certain technical support services.

Network Rail expects that the following outcomes will be achieved under this framework:

— achieving best value in respect of the cost of cables,

— efficiency in buying practices and supply chain management performance,

— reduction in waste (e.g. unused cable drums),

— better relationships with suppliers, and

— making suppliers accountable for their performance and rewarding best practice.

two.2.5) Award criteria

Quality criterion - Name: Proposed Delivery Methodology Method Statement / Weighting: 27%

Quality criterion - Name: Value for Money Proposals Method Statement / Weighting: 3%

Cost criterion - Name: Fixed Price plus Delivery Price (A) & Fixed Price only (B) / Weighting: 35%

Cost criterion - Name: Conductor Weight / Weighting: 14%

Cost criterion - Name: Drum Price / Weighting: 21%

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

Cable Quantities Greater than 2 000 m per Demand

Lot No

2.

two.2.2) Additional CPV code(s)

  • 31320000 - Power distribution cables
  • 31321700 - Signalling cable
  • 32521000 - Telecommunications cable
  • 32562000 - Optical-fibre cables
  • 32562200 - Optical telecommunication cables

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot covers the supply of cable quantities greater than 2 000 m per demand.

Network Rail is awarding a framework which Network Rail intends to use on a non-exclusive basis every time it buys cable. The cables relate variously to signalling, telecoms, power and fibre optic. In addition to supplying the relevant cables, appointed suppliers will be expected to manage:

— purchase orders,

— inventory,

— cable drums,

— return of goods,

— cable theft prevention,

— and will also be required to provide certain technical support services.

Network Rail expects that the following outcomes will be achieved under this framework:

— achieving best value in respect of the cost of cables,

— efficiency in buying practices and supply chain management performance, — reduction in waste (e.g. unused cable drums),

— better relationships with suppliers, and

— making suppliers accountable for their performance and rewarding best practice.

two.2.5) Award criteria

Quality criterion - Name: Proposed Delivery Methodology Method Statement / Weighting: 27%

Quality criterion - Name: Value for Money Proposals Method Statement / Weighting: 3%

Cost criterion - Name: Fixed Price plus Delivery Price (A) & Fixed Price only (B) / Weighting: 35%

Cost criterion - Name: Conductor Weight / Weighting: 14%

Cost criterion - Name: Drum Price / Weighting: 21%

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 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

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: 2020/S 029-068947


Section five. Award of contract

Lot No

1.

Title

Cable Quantities Less than or Equal to 2 000 m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 April 2021

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

British Cables Company Limited

Ashenhurst Works, Blackley

Manchester

M9 8ES

Country

United Kingdom

NUTS code
  • UKD33 - Manchester
The contractor is an SME

No

five.2.3) Name and address of the contractor

Cleveland Cable Company Limited

Riverside Park Road, Middlesbrough

Cleveland

TS2 1QW

Country

United Kingdom

NUTS code
  • UKC11 - Hartlepool and Stockton-on-Tees
The contractor is an SME

No

five.2.3) Name and address of the contractor

Tratos (UK) Limited

Randles Road, Knowsley Business Park, Prescot,

Merseyside

L34 9HX

Country

United Kingdom

NUTS code
  • UKD72 - Liverpool
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £50,000,000


Section five. Award of contract

Lot No

2.

Title

Cable Quantities Greater than 2 000 m per Demand

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 April 2021

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

British Cables Company Limited

Ashenhurst Works, Blackley

Manchester

M9 8ES

Country

United Kingdom

NUTS code
  • UKD33 - Manchester
The contractor is an SME

No

five.2.3) Name and address of the contractor

Cleveland Cable Company Limited

Riverside Park Road, Middlesbrough

Cleveland

TS2 1QW

Country

United Kingdom

NUTS code
  • UKC11 - Hartlepool and Stockton-on-Tees
The contractor is an SME

No

five.2.3) Name and address of the contractor

Tratos (UK) Limited

Randles Road, Knowsley Business Park, Prescot,

Merseyside

L34 9HX

Country

United Kingdom

NUTS code
  • UKD72 - Liverpool
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £100,000,000


Section six. Complementary information

six.3) Additional information

There is a separate framework agreement and call-off contract for each of Lot 1 and Lot 2.

six.4) Procedures for review

six.4.1) Review body

The High Court

London

WC2A 1AA

Country

United Kingdom