Network Rail Western & Wales Regional CP7 Period Telecoms Renewals Framework (Ангилья - Тендер #51686533) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 51686533 Дата публикации: 23-02-2024 Источник тендера: Sell2Wales – Government´s Initiative |
||
Network Rail Infrastructure Ltd
2904587
Waterloo General Offices
London
SE1 8SW
UK
Contact person: Neil PATERSON
Telephone: +44 1908781000
E-mail: Neil.Paterson@networkrail.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.networkrail.co.uk
Address of the buyer profile: https://networkrail.bravosolution.co.uk/
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://networkrail.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://networkrail.bravosolution.co.uk/
Tenders or requests to participate must be sent to the abovementioned 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/
I.6) Main activity
Railway services
Section II: Object II.1) Scope of the procurement II.1.1) TitleNetwork Rail Western & Wales Regional CP7 Period Telecoms Renewals Framework
Reference number: pqq_3335 (itt_15796)
II.1.2) Main CPV code45314000
II.1.3) Type of contractWorks
II.1.4) Short descriptionNetwork Rail Infrastructure Ltd (“NR”) intends to tender for our Control Period 7 (CP7) Framework for the Telecoms Renewals Work Bank for the Wales & Western Region, consisting of
• Capital Delivery
o Operational Coms (Ops Coms) and
o Station Information and Security Systems Framework (SISS) and as an Option
• NR minor stations (operated by Great Western Railway) o SISS
II.1.5) Estimated total valueValue excluding VAT: 37 861 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.2) Additional CPV code(s)32000000
32231000
32323000
32344210
32500000
35261000
48810000
48813200
48952000
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
West London to (all of) Western & Wales (Railway) Regions
II.2.4) Description of the procurementThe Wales & Western Region consists of 2,700 miles of railway serving Wales, the Thames Valley, West of England and the South West Peninsula. It transports commuters to key employment hubs including London, Cardiff, Bristol, Birmingham, Manchester and Liverpool. It directly serves London Heathrow, Europe"s busiest international airport and provides connections to Cardiff Bristol, Birmingham,
Manchester, and London Gatwick airports. It Supports leisure and tourism in all these areas and supports critical freight services, notably aggregates, moving millions of tonnes of freight every year.
The attached tender documents outline Network Rail’s aspirations for the procurement of our Control Period 7 (CP7) Framework for the Telecoms Renewals Work Bank for the Wales & Western Region, consisting of
• Capital Delivery
o Operational Coms (Ops Coms) and
o Station Information and Security Systems Framework (SISS) and
• NR minor stations (operated by Great Western Railway)
o SISS.
The framework will create strong relationships with asset-specific supplier partners, incentivised to design and deliver work bank packages to embrace SPEED (Swift, Pragmatic and Efficient Enhancement Delivery) principles, meet industry benchmarks, and to achieve the required business score card results. We will be seeking to procure a single asset specialist for the region.
The framework is the foundation stone of our journey to becoming an intelligent client, where we will be working collaboratively with high quality, trusted supply chain partners to develop, design and deliver the minimum viable products needed to achieve great outcomes for passengers, freight, and funders. This will be supported through a two-stage incentive model which firstly promotes great planning and design, then secondly through delivery. This will all work within the shared constraint of the Network Rail business plan, bringing all teams within the framework aligned to budgetary financial efficiency.
Being an intelligent client means we will be less prescriptive in our specifications, reduce duplication, manage risk appropriately throughout the process, and strengthen our assurance.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/11/2024
End: 31/03/2029
This contract is subject to renewal: Yes
Description of renewals:
The Framework can be renewed after the above period for up to a further 3 periods each of 12 months (1 + 1+1).
II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Selection of the economic operators to be invited to tender will be based on information provided in response to the PQQ. Please see the procurement documents which include the PQQ instructions and documents to be completed.
III.1.2) Economic and financial standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
Selection of the economic operators to be invited to tender will be based on information provided in response to the PQQ. Please see the procurement documents which include the PQQ instructions and questionnaire to be completed.
III.1.6) Deposits and guarantees required:
A Parent Company Guarantee will be required.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The main finance conditions, payment mechanisms, performance standards and incentive mechanisms are described in the various forms of contract described in the procurement documents.
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the procurement documents.
III.2) Conditions related to the contract III.2.2) Contract performance conditionsAs set out in the procurement documents.
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureNegotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with a single operator.
Justification for any framework agreement duration exceeding 8 years: N/A
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information IV.2.1) Previous publication concerning this procedureNotice number in the OJ S:
2024/S 000-005794
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 04/04/2024
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 14/05/2024
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.4) Procedures for review VI.4.1) Review bodyCapital Delivery - SP&C
Western House, 6th Floor; 1 Holbrook Road,
Swindon. WILTS
SN1 1BY
UK
VI.4.2) Body responsible for mediation proceduresHigh Court of England & Wales Royal Courts of Justice
Strand
London
WC1A 2LL
UK
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures: Network Rail will incorporate a minimum 10 calendar day standstill period after notification to unsuccessful tenderers and until such point will not conclude the framework. Part 5 of the Utilities Contracts Regulations 2016 sets out the remedies available to economic operators and provides for aggrieved economic operators to take action in the High Court of England and Wales.
VI.5) Date of dispatch of this notice22/02/2024
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | Neil.Paterson@networkrail.co.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 32231000 | Closed-circuit television apparatus | Radio transmission apparatus with reception apparatus |
| 35261000 | Information panels | Police signs |
| 48810000 | Information systems | Information systems and servers |
| 45314000 | Installation of telecommunications equipment | Electrical installation work |
| 48952000 | Public address systems | Boat-location and public address system |
| 32344210 | Radio equipment | Reception apparatus for radiotelephony or radiotelegraphy |
| 32000000 | Radio, television, communication, telecommunication and related equipment | Technology and Equipment |
| 48813200 | Real-time passenger information system | Passenger information system |
| 32500000 | Telecommunications equipment and supplies | Radio, television, communication, telecommunication and related equipment |
| 32323000 | Video monitors | Television and audio-visual equipment |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |