Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Shane.Bisgrove@networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
Region 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
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Manufacture and Supply of Concrete Bearers and Associated Items
two.1.2) Main CPV code
- 44114200 - Concrete products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Network Rail has the requirement for the supply of concrete bearers, used in specific S&C layouts and for maintenance. This procurement activity is for the supply of concrete bearers and any associated components listed within the associated pricing documents provided as part of this procurement event. Network Rail requires a supplier to meet strict lead-times and the ability to re-work urgent requirements within time critical periods. Network Rail is seeking suppliers to build a collaborative relationship with, to deliver safety critical components to the railway.
The Procurement Documents can be downloaded from Network Rail's BravoNR sourcing platform via this link.
https://networkrail.bravosolution.co.uk/web/login.html
From the welcome screen, access the 'View Current Opportunities' link and select:
Project Title
#29649 - Concrete Bearers
pqq_3339 - Concrete Bearers
two.1.5) Estimated total value
Value excluding VAT: £134,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Lot No
2
two.2.2) Additional CPV code(s)
- 44114200 - Concrete products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Network Rail has the requirement for the supply of concrete bearers, used in specific S&C layouts and for maintenance. This procurement activity is for the supply of concrete bearers and any associated components listed within the associated pricing documents provided as part of this procurement event. Network Rail requires a supplier to meet strict lead-times and the ability to re-work urgent requirements within time critical periods. Network Rail is seeking suppliers to build a collaborative relationship with, to deliver safety critical components to the railway.
There are two Lots:
• Lot 1 - - 200,000 Linear Meters over 4 Framework Years with the aim to provide 50,000 Linear Meters per year Framework Year on average.
• Lot 2 - 40,000 Linear Meters over 4 Framework Years, with the aim to provide 10,000 Linear Meters per Framework Year on average).
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
48
This contract is subject to renewal
Yes
Description of renewals
4 year extension on a year by year basis.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
Top 4 per lot for the ITT, on the basis of PQQ scoring
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per procurement documents.
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 per procurement documents.
three.1.6) Deposits and guarantees required
N/A
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
As per procurement documents.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per 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 several operators
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
2 September 2024
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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
To access this procurement please
six.4) Procedures for review
six.4.1) Review body
The High Court
London
WC2A 1AA
Country
United Kingdom