Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
Contact
Katherine Parkinson
katherine.parkinson2@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
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
www.networkrailbravosolution.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
Supply of Y33 Bogies and Wheelsets for Overhead Line Engineering Trains (OLET) KFA Vehicles
two.1.2) Main CPV code
- 34600000 - Railway and tramway locomotives and rolling stock and associated parts
two.1.3) Type of contract
Supplies
two.1.4) Short description
Network Rail is looking to procure a variety of new Y33 bogies and wheelsets for the Overhead Line Engineering Train’s (OLET) KFA vehicles. The requirement is as follows:
Y33 bogies (OEM is WH Davies)
Idle Bogies x12
Idle Wheelsets x24
two.1.5) Estimated total value
Value excluding VAT: £800,000
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 is looking to procure a variety of new Y33 bogies and wheelsets for the Overhead Line Engineering Train’s (OLET) KFA vehicles. The requirement is as follows:
Y33 bogies (OEM is WH Davies)
Idle Bogies x12
Idle Wheelsets x24
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: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
14
This contract is subject to renewal
No
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 contract will be awarded to one supplier.
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.1.8) 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: 2022/S 000-004587
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 November 2022
Local time
4:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 November 2022
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court
London
Country
United Kingdom