Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
Telephone
+44 1908781000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main 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
Network Rail Dynamic Purchasing System (DPS) for Supply of Goods
two.1.2) Main CPV code
- 34940000 - Railway equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Network Rail will be launching a DPS for Goods within the Technology Supplier Qualification System (SQS). The DPS for Goods will initially contain two categories. The DPS will provide a competitive environment in which Network Rail can access suppliers and technologies in the supply of the following categories:
Category 1: Silt & Flood Detection Devices (SaFD)
Category 2: Relative Track Surveying Devices (Maintenance).
Network Rail may add or remove categories to the DPS at any time during its validity. Suppliers will be notified of added or removed categories via a Notice. Providers may apply to join the DPS at any time over the duration of the DPS.
Silt Level and Flood Detection Devices - Automated technological solutions for remotely monitoring sediment build up and flood occurrences.
Relative Track Surveying Device (Maintenance) - Manually propelled rail mounted survey device for track maintenance purposes, to record horizontal versine’s, vertical levels, track gauge, cross-level, distance travelled, structure profiles, X & Y dimensions and Overhead Line Equipment wire heights.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Silt Level and Flood Detection Devices
Lot No
Category 1. Silt Level and Flood Detection Devices
two.2.2) Additional CPV code(s)
- 34943000 - Train-monitoring system
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Silt Level and Flood Detection Devices - The supply of automated technological solutions for remotely monitoring sediment build up and flood occurrences.
In order to register an interest in this category on the DPS, please navigate to the opportunity listing which is available to view via the BravoNR homepage (prior to logging in/registration) at https://networkrail.bravosolution.co.uk where a user guide is available to assist with the registration process. In order to register for the DPS all suppliers will need to create an account on BravoNR via the following link: https://networkrail.bravosolution.co.uk.
Please note all relevant documents are available to download via the opportunity listing and also the supplier attachments section of the PQQ (Technology SQS PQQ)
Should a supplier already have a BravoNR account, the PQQ will already be visible in the PQQs Open to All Suppliers area. Once the PQQ has been accessed, please follow the instructions on the PQQ and submit a response for evaluation. Please note that if a supplier is currently registered on BravoNR, they must still complete the profile questions for this SQS.
This DPS will in place for up to 60 months with a forecast maximum value of up to £1,000,000.
All organisations that meet and pass the exclusion and selection criteria detailed within the procurement documentation will be admitted.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
Relative Track Surveying Device (Maintenance)
Lot No
2. DPS - Relative Track Surveying Device (Maintenance)
two.2.2) Additional CPV code(s)
- 34940000 - Railway equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Relative Track Surveying Device (Maintenance) - Supply of manually propelled rail mounted survey device for track maintenance purposes, to record horizontal versine’s, vertical levels, track gauge, cross-level, distance travelled, structure profiles, X & Y dimensions and Overhead Line Equipment wire heights.
In order to register an interest in this category on the DPS, please navigate to the opportunity listing which is available to view via the BravoNR homepage (prior to logging in/registration) at https://networkrail.bravosolution.co.uk where a user guide is available to assist with the registration process. In order to register for the DPS all suppliers will need to create an account on BravoNR via the following link: https://networkrail.bravosolution.co.uk.
Please note all relevant documents are available to download via the opportunity listing and also the supplier attachments section of the PQQ (Technology SQS PQQ)
Should a supplier already have a BravoNR account, the PQQ will already be visible in the PQQs Open to All Suppliers area. Once the PQQ has been accessed, please follow the instructions on the PQQ and submit a response for evaluation. Please note that if a supplier is currently registered on BravoNR, they must still complete the profile questions for this SQS.
This DPS will in place for up to 60 months with a forecast maximum value of up to £6,600,000.
All organisations that meet and pass the exclusion and selection criteria detailed within the procurement documentation will be admitted.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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.2.2) Time limit for receipt of tenders or requests to participate
Date
12 July 2027
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
High Court
London
Country
United Kingdom