Contract

Sidetipper Wagon Modifications

  • Network Rail Infrastructure Ltd

F06: Contract award notice – utilities

Notice identifier: 2021/S 000-027893

Procurement identifier (OCID): ocds-h6vhtk-02f462

Published 5 November 2021, 10:45pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Email

tom.weatherley@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.co.uk

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Sidetipper Wagon Modifications

two.1.2) Main CPV code

  • 50220000 - Repair, maintenance and associated services related to railways and other equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Design, manufacture, fitment, approval and testing of a bespoke water-based dust suppression system to 100 Network Rail Sidetipper Wagons to reduce exposure to Respirable Crystalline Silica faced by the Employer’s employees, contractors and other personnel involved in aggregate handling activities.

In conjunction with this, modification of the Sidetipper Wagons to protect against inadvertent toppling due to partial chute opening is required. Additionally, the installation of the ‘Mark 2’ Sidetipper

Handbrake Interlock system to the ‘Mark 1’ fleet is required.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,215,105

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Technical Specification conveys the requirements for the design, manufacture, fitment, approval and testing of a bespoke water-based dust suppression system to 100 x Network Rail Sidetipper Wagons to reduce exposure to Respirable Crystalline Silica faced by the Employer’s employees, contractors and other personnel involved in aggregate handling activities.

In conjunction with this, modification of the Sidetipper Wagons to protect against inadvertent toppling due to partial chute opening is required.

Additionally, the installation of 50 x ‘Mark 2’ Sidetipper Handbrake Interlock system to the ‘Mark 1’ fleet is required.

Network Rail (the Employer) currently owns, operates and maintains a fleet of 100 x Sidetipper Wagons, consisting of 'Mark 1' and 'Mark 2' variants, that are permanently coupled together in sets of five (known as rakes) to deliver new aggregate (ballast) to rail worksites. Each rake has four identical wagons and a fifth that carries a diesel electrical generator, which in turn supplies hydraulic power packs on each wagon used to tip two independently controlled tipping boxes. Each generator can power up to a maximum of 10 wagons (2 rakes) in the event of generator failure. When offloading, particularly during dry ambient conditions, a significant plume of ballast dust, which contains Respirable Crystalline Silica (RCS) is observed. RCS is a known carcinogen, which after prolonged exposure can cause cancer of the lungs or other health conditions such as Silicosis. Therefore, it is the Employer’s foremost obligation to protect the wellbeing of its employees, contractors and lineside neighbours. To deliver on this obligation, and to comply with the Control of Substances Hazardous to Health Regulations 2002 and the Health & Safety at Work etc Act 1974, the Employer requires an engineering control in the form of a water-based dust suppression system (the solution) to be retrofitted to the Sidetipper wagons to reduce RCS exposure.

The existing Radio Controlled Handset system shall be modified to control the solution.

In addition, to combine workstreams and limit Wagon outage, the Employer requires the completion of further wagon modifications:

- Installation of 100 x Chute Proximity Switches.

- 50 x ‘Mark 1’ Sidetipper Handbrake Interlocks upgraded to ‘Mark 2’.

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 121-298244


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 September 2021

five.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

WH Davis Ltd.

Mansfield

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,215,105


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court

London

Country

United Kingdom