Tender

Sleeper Pallet Redesign and Supply

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice identifier: 2021/S 000-012095

Procurement identifier (OCID): ocds-h6vhtk-02b6b1

Published 28 May 2021, 10:45pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Contact

Garry Pyne, Sourcing Manager

Email

garry.pyne@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.co.uk

Buyer's address

www.networkrail.bravosolution.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.networkrail.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.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

Sleeper Pallet Redesign and Supply

Reference number

27498

two.1.2) Main CPV code

  • 44143000 - Pallets

two.1.3) Type of contract

Supplies

two.1.4) Short description

This tender is to design a new sleeper pallet and to supply new sleeper pallets.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44619500 - Pallet boxes

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Network Rail depots throughout the UK

two.2.4) Description of the procurement

The engineering specification details the requirements for the re-design and proof of concept build of a Track Renewal System sleeper pallet. The sleeper pallets perform a

pivotal role in the function of the Track Renewal Systems. The sleeper pallets are used to house both new and old sleepers, pre and post track renewal. They are designed in such a

way that they are integral to the machine as they are required to be lifted and moved on the machine during production. The sleeper pallets are also required to be moved around

when loading and unloading them from the sleeper carrier wagons (which form part of a track renewal consist, and also required to be moved around as part of the logistics

managements at the loading and unloading sites situated in Whitemoor and Doncaster.

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: £1,500,000

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

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Selection process by way of completion of a pre-qualification questionnaire, the criteria for which are set out in the documents.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As indicated in the procurement documentation.

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

As indicated in the procurement documentation.

three.1.6) Deposits and guarantees required

As indicated in the procurement documentation.

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

As indicated in the procurement documentation.

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

As indicated in the procurement documentation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As indicated in the procurement 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 a single operator

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

30 June 2021

Local time

12:00pm

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

2 August 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: 48 months

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

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@networkrail.co.uk

Country

United Kingdom