Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
suzanne.hall@networkrail.co.uk
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
www.networkrail.bravosolutions.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.networkrail.bravosolutions.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
Asbestos Survey and Consultancy Services Framework
Reference number
32786
two.1.2) Main CPV code
- 90650000 - Asbestos removal services
two.1.3) Type of contract
Services
two.1.4) Short description
Asbestos survey and consultancy service framework for Network Rail
This tender event is for the supply of asbestos consultancy services for use across the 5 Regions and all Network Rail functions. The consultancy services are required for asbestos identification, air fibre monitoring and training services.
This framework is not for Asbestos removals/Works
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
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
two.2.4) Description of the procurement
This tender event is for the supply of asbestos consultancy services for use across the 5 Regions and all Network Rail functions. The consultancy services are required for asbestos identification, air fibre monitoring and training services.
This framework is not for Asbestos removals/Works.
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
Yes
Description of renewals
A new tender is expected to run at the end of this framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will be awarded for 3 years with an option to extend for 12 months plus 12 months. The total extension will not exceed 2 years, creating a 5 year (60 month) total contract period.
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
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
24 September 2022
Local time
10:00am
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: Yes
Estimated timing for further notices to be published: 2026
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom