- Scope of the procurement
- Lot 1 - Lift Maintenance
- Lot 1a - Lift Maintenance (30min Entrapment Response )
- Lot 2 - Escalator Maintenance
- lot 3 - Lift and Escalator Inspections
- Lot 4 - Lift Renewals and New Installations Framework
- Lot 5 - Escalator Renewals and New Installations Framework
- Lot 6 - Lifts and Escalator Maintenance
- Lot 6a - Lift & Escalator Maintenance (30min Entrapment Response)
Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
jessica.covey@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/esop/guest/go/opportunity/detail?opportunityId=57129
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/esop/guest/go/opportunity/detail?opportunityId=57129
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/esop/guest/go/opportunity/detail?opportunityId=57129
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Lift and Escalator Maintenance, Inspections and Lift and Escalator Renewals and Replacements
Reference number
Project_33735
two.1.2) Main CPV code
- 45313000 - Lift and escalator installation work
two.1.3) Type of contract
Works
two.1.4) Short description
This Procurement Event will seek to establish a Contract/s for Lifts and Escalator Maintenance and a Contract for Inspections and will establish 2 x Frameworks for the renewal and replacement of Lifts and Escalators. All Contracts and Frameworks cover stations throughout England, Scotland and Wales.
Details on the scope of each Lot are shown within this notice and further explained in the Procurement Documents.
Please note that this procurement event contains lot options (lots 1,1a, 2, 6 & 6a) and therefore NR will not make an award for all lots, please refer to the Procurement Documents for more information.
two.1.5) Estimated total value
Value excluding VAT: £319,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
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:
Please see the Procurement Documents for information
two.2) Description
two.2.1) Title
Lot 1 - Lift Maintenance
Lot No
1
two.2.2) Additional CPV code(s)
- 50750000 - Lift-maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Nationwide
two.2.4) Description of the procurement
Lot 1 - Lift Maintenance Contract
Network Rail owns c.1440 lifts at stations throughout England, Scotland and Wales. This Contract is to provide fully comprehensive planned preventative maintenance (PPM), reactive lift maintenance, accumulator replacement, SAF-ed inspections & NICEIC electrical testing.
Entrapment response time for this Lot has a target of 30mins however, abatement charges come into effect at 45mins. Please see procurement documents for further information.
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: £54,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial 5 year contract with up to 3 x 1year extensions (1yr + 1yr + 1yr) potential maximum contract term of 8 years
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 7
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend the contract by up to a further 3 x 1 year extensions.
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) Description
two.2.1) Title
Lot 1a - Lift Maintenance (30min Entrapment Response )
Lot No
1a
two.2.2) Additional CPV code(s)
- 50750000 - Lift-maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Nationwide
two.2.4) Description of the procurement
Lot 1a - Lift Maintenance (30min Entrapment Response)
Network Rail owns c.1440 lifts at stations throughout England, Scotland and Wales. This Contract is to provide fully comprehensive planned preventative maintenance (PPM), reactive lift maintenance, accumulator replacement, SAF-ed inspections & NICEIC electrical testing.
This Lot is the same as Lot 1, the only difference is that the abatement charges for this lot come into effect at 30min and not 45mins. Please see the Procurement documents for further information.
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: £56,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial 5 year contract with the option to extend for up to a further 3 x 1year extensions (1yr+1yr+1yr) Maximum contract term is 8 years.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
Candidates shortlisted for Lot 1 will qualify to submit a bid for Lot 1a.
A single PQQ covers both Lot 1 and Lot 1a
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for up to a further 3 x 1year extensions
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) Description
two.2.1) Title
Lot 2 - Escalator Maintenance
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 50740000 - Repair and maintenance services of escalators
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Nationwide
two.2.4) Description of the procurement
Lot 2 - Escalator Maintenance
Network Rail owns c.280 escalators and conveyors throughout England, Scotland and Wales. The Contract is to provide fully comprehensive planned preventative maintenance (PPM) reactive maintenance and NICEIC electrical testing
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: £31,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial 5 year contract with the option to extend for up to a further 3 x 1year
extensions (1yr+1yr+1yr) Maximum contract term is 8 years.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 7
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for up to a further 3 x 1year extensions
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) Description
two.2.1) Title
lot 3 - Lift and Escalator Inspections
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 71630000 - Technical inspection and testing services
- 71631100 - Machinery-inspection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Nationwide
two.2.4) Description of the procurement
Lot 3 - Lift and Escalator Inspections
Network Rail owns c.1,720 lift and Escalators throughout England, Scotland and Wales. The contract is to provide fully comprehensive planned inspections for each asset which include; LOLER and PSSR lift inspections and PM45 escalator inspections.
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial 5 year contract with the option to extend for up to a further 3 x 1year
extensions (1yr+1yr+1yr) Maximum contract term is 8 years.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for up to a further 3 x 1year extensions
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) Description
two.2.1) Title
Lot 4 - Lift Renewals and New Installations Framework
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 45313100 - Lift installation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Nationwide
two.2.4) Description of the procurement
Lot 4 - Lift Renewals and New Installations Framework
Network Rail owns c.1440 lifts at stations throughout England, Scotland and Wales of varying ages, conditions and types.
There have been over 130 lift modernisation and replacement lift projects of varying scope in the last 3 years.
This Lot is to provide a framework agreement between Network Rail and selected companies for lift renewals and new lift installation works which fully meet the specification requirements.
Tenderers must note that there is no volume commitment under this Framework.
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: £107,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial 5 year Framework with the option to extend for up to a further 3 x 1year
extensions (1yr+1yr+1yr) Maximum contract term is 8 years.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for up to a further 3 x 1year extensions
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) Description
two.2.1) Title
Lot 5 - Escalator Renewals and New Installations Framework
Lot No
Lot 5
two.2.2) Additional CPV code(s)
- 45313200 - Escalator installation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Nationwide
two.2.4) Description of the procurement
Lot 5 - Escalator Renewals and New Installations Framework
Network Rail owns c.280 Escalators at stations throughout England, Scotland and Wales of varying ages, conditions, and types.
This Lot is to provide a framework agreement between Network Rail and selected Escalator companies for Escalator renewals and new escalator installation works which fully meet the specification requirements.
Tenderers must note that there is no volume commitment under this Framework.
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: £93,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial 5 year Framework with the option to extend for up to a further 3 x 1year
extensions (1yr+1yr+1yr) Maximum contract term is 8 years.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for up to a further 3 x 1year extensions
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) Description
two.2.1) Title
Lot 6 - Lifts and Escalator Maintenance
Lot No
Lot 6
two.2.2) Additional CPV code(s)
- 50740000 - Repair and maintenance services of escalators
- 50750000 - Lift-maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Nationwide
two.2.4) Description of the procurement
Lot 6 - Lift & Escalator Maintenance
This Lot covers the full requirements set out in both Lot 1 and Lot 2. NR is aware that many lift and escalator engineers are ‘dual qualified’ and can therefore work on both lift and escalator assets.
Entrapment response time for this Lot has a target of 30mins however, abatement charges come into effect at 45mins.
This Lot gives bidders the opportunity to bid for the combined maintenance requirements for both Lifts & Escalators which should achieve economies of scale and other efficiencies associated with having dual qualified engineers.
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: £85,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial 5 year contract with the option to extend for up to a further 3 x 1year
extensions (1yr+1yr+1yr) Maximum contract term is 8 years.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
Candidates will only be shortlisted for Lot 6 if they are shortlisted for both Lot 1 and Lot 2 and pass the PQQ evaluation for Lot 6.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for up to a further 3 x 1year extensions
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) Description
two.2.1) Title
Lot 6a - Lift & Escalator Maintenance (30min Entrapment Response)
Lot No
Lot 6a
two.2.2) Additional CPV code(s)
- 50750000 - Lift-maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Nationwide
two.2.4) Description of the procurement
Lot 6a - Lift and Escalator Maintenance (30min Entrapment Response)
This Lot is the same as Lot 6, the only difference is that the abatement charges for entrapments for this lot come into effect at 30mins not 45mins. Please see the Procurement documents for further information.
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: £87,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial 5 year contract with the option to extend for up to a further 3 x 1year
extensions (1yr+1yr+1yr) Maximum contract term is 8 years.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
Candidates shortlisted for Lot 6 will automatically qualify to submit a bid for Lot 6a.
A single PQQ covers both Lot 6 and Lot 6a.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for up to a further 3 x 1year extensions
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 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
Negotiated procedure with prior call for competition
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
16 November 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
12 January 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
The Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom