Tender

Lift and Escalator Consultancy Services

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice identifier: 2022/S 000-027057

Procurement identifier (OCID): ocds-h6vhtk-031887

Published 27 September 2022, 2:28pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Contact

Lynn Robertson

Email

lynn.robertson2@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.co.uk

one.3) Communication

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

https://networkrail.bravosolution.co.uk/web/login.html

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/web/login.html

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/web/login.html

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Lift and Escalator Consultancy Services

two.1.2) Main CPV code

  • 71315200 - Building consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Network Rail’s Lift and Escalator portfolio requires consultancy services to ascertain the type and design of products to be installed and/or renewed across its estate, as well as ensuring that existing assets are fit for purpose and audited regularly for maintenance purposes. This procurement will cover Network Rail’s consultancy requirements across Supply Chain Operations and individual routes and regions.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34320000 - Mechanical spare parts except engines and engine parts

two.2.3) Place of performance

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

National

two.2.4) Description of the procurement

Network Rail’s Lift and Escalator portfolio requires consultancy services to ascertain the type and design of products to be installed and/or renewed across its estate, as well as ensuring that existing assets are fit for purpose and audited regularly for maintenance purposes. This procurement will cover Network Rail’s consultancy requirements across Supply Chain Operations and individual routes and regions.

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: £3,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Extension options of 1 + 1 years

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.2.14) Additional information

A Framework agreement with up to 5 suppliers will be awarded.


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

Open procedure

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: 5

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-004587

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 November 2022

Local time

12:00pm

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)

four.2.7) Conditions for opening of tenders

Date

9 November 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

High Court

London

Country

United Kingdom