Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Contact
Mark Edwards
Mark.Edwards6@networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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
Drug and Alcohol Testing - Random and For Cause
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Network Rail intends to award a contract to a single supplier for the provision of drug and alcohol testing - random and for cause. The technical specification includes (but is not limited to) the following requirements:
• Testing to be conducted on Network Rail work locations throughout the Scotland, England and Wales and will accommodate shift working inclusive of night working and weekends;
• ‘For cause’ and post incident testing required to be within 2hrs of notification from Network Rail. This service shall be available 24/7/365;
• Primary method of Drug testing will be Point of Contact testing (POCT) for urine, with laboratory confirmation required for non-negative samples within 3 days. Alcohol testing is carried out using breath analysis. Network Rail may consider alternative methods of testing during term of contract should there be a sound business and evidence-based reason to make any changes;
• Provision of Medical Review Officer (MRO) for medical review and confirmation of positive results;
• Provision of POCT Testing Kits;
• Account and Contract Management; and
• Management Information and Reporting
two.1.5) Estimated total value
Value excluding VAT: £3,908,200
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
National
two.2.4) Description of the procurement
Network Rail intends to award a contract to a single supplier for the provision of drug and alcohol testing - random and for cause. The technical specification includes (but is not limited to) the following requirements:
• Testing to be conducted on Network Rail work locations throughout the Scotland, England and Wales and will accommodate shift working inclusive of night working and weekends;
• ‘For cause’ and post incident testing required to be within 2hrs of notification from Network Rail. This service shall be available 24/7/365;
• Primary method of Drug testing will be Point of Contact testing (POCT) for urine, with laboratory confirmation required for non-negative samples within 3 days. Alcohol testing is carried out using breath analysis. Network Rail may consider alternative methods of testing during term of contract should there be a sound business and evidence-based reason to make any changes;
• Provision of Medical Review Officer (MRO) for medical review and confirmation of positive results;
• Provision of POCT Testing Kits;
• Account and Contract Management; and
• Management Information and Reporting
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: £3,908,200
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract shall be 3 years, with an option to extend for a further year (3+1)
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:
Network Rail will select a shortlist of 5 Candidates for ITT from the highest scoring compliant PQQ responses.
two.2.10) Information about variants
Variants will be accepted: No
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
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
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-030555
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 April 2023
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 June 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: No
six.4) Procedures for review
six.4.1) Review body
The High Court of England & Wales
7 Rolls Building, Fetter Lane
London
Country
United Kingdom