Section one: Contracting authority
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
adeleke.adelowo@networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Network Rail
Waterloo General Office
London
SE1 8SW
Contact
Adeleke Adelowo
adeleke.adelowo@networkrail.co.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
NA
The contract is awarded by a central purchasing body
one.3) Communication
Additional information can be obtained from the above-mentioned address
one.4) Type of the contracting authority
Other type
Network Rail
one.5) Main activity
Other activity
Rail Infrastructure
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
National Operational Waste Removal
two.1.2) Main CPV code
- 44613800 - Containers for waste material
two.1.3) Type of contract
Supplies
two.1.4) Short description
Network Rail are looking to engage with the market prior to issuing a tender for the provision of Operational Route Waste Removal Service. The waste management service shall include the collection and disposal of waste from over 800 locations across Network Rail’s 8 operating routes, which are distributed across England, Scotland, and Wales.
The Supplier shall be required to provide appropriate containers at each site for scheduled, unscheduled and one-off services. The containers must be of good quality, clearly labelled and durable to withstand outdoor weather Conditions and prevent escape into the environment.
The waste management services across the locations shall include (but are not limited to):
- Rail operational sites such as signal boxes, maintenance depots, control centre and minor offices producing:
- Varying amounts of both hazardous and general non-hazardous waste
- Confidential waste.
As part of the waste management service, the Supplier shall provide and retain all appropriate documentation which will include Waste transfer notes, consignee notes and returns. The supplier will also be expected to facilitate the issuing and completion of annual waste transfer notes for all scheduled non-hazardous waste collections each year.
The Supplier shall collect waste against the criteria below:
- Scheduled collections – Hazardous and Non-Hazardous waste
- Unscheduled collections – Hazardous and Non-Hazardous waste
- One-Off Collections – Hazardous and Non-Hazardous waste. Waste collection and disposal by specific request, instigated by Network Rail by completing the Suppliers online portal request including provision of the required consignee notes.
two.1.5) Estimated total value
Value excluding VAT: £25,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 - North West & Central
Lot 2 - Eastern
Lot 3 - Wales & Western
Lot 4 - Scotland
two.2) Description
two.2.1) Title
National Operational Waste Removal
Lot No
1 - 4
two.2.2) Additional CPV code(s)
- 44613700 - Refuse skips
- 44613800 - Containers for waste material
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Network rails sites
two.2.4) Description of the procurement
Provision of Operational Route Waste Removal Service
two.3) Estimated date of publication of contract notice
5 May 2025
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section six. Complementary information
six.3) Additional information
A response to the questionnaire below would be welcomed from potential suppliers. For the avoidance of doubt no information provided in response to this questionnaire will be used by Network Rail in assessing providers during any procurement process. Information will be used for gathering market intelligence only.
With this in mind we would like you to consider the questionnaire below and please respond to us with answers to these.
Responses are to be submitted by 5pm on 30/08/2024 via BravoNR unless this deadline is extended. In the event of queries, please only raise these directly with Network Rail via the BravoNR messaging function. Access details for the PIN can be found below:
URL: https://networkrail.bravosolution.co.uk/
PIN/PQQ Code: pqq_3484
Title: Prior Information for National Operational Waste Removal Services
This PIN seeks to explore via a Soft Market Testing questionnaire some key information regarding Operational Waste Removal services. This will help inform Network Rail generally about the supply market and also help inform the strategies for the main procurement exercise.
Please note that Network Rail may choose to invite interested suppliers for a personal discussion on what options are available in the market and how these can provide best value and efficient services for Network Rail.
Interested parties will not be prejudiced by any response or failure to respond to this pre-market engagement exercise and a response to this notice does not guarantee any invitation to participate in any future procurement processes that Network Rail may conduct.
This notice does not constitute a call for competition to procure any services for Network Rail and Network Rail is not bound to accept any proposals offered. Network Rail is not liable for any costs, fees or expenses incurred by any party participating in the pre-market engagement exercise. Any procurement of any goods by Network Rail in due course will be carried out strictly in accordance with the provisions of the Utility Contracts Regulations 2016. Any responses provided may be used by Network Rail in the final specifications published with the tender but no organisation will be individually identified.