Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
Contact
Lynn Robertson
lynn.robertson2@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/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