By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Degraded Mode Working Control System.

Contract notice - utilities

Works

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Network Rail Infrastructure Projects Limited
Enterprise House, 167-169 Westbourne Terrace, Paddington
W2 6JX London
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting entity: www.networkrail.co.uk

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Main activity
Railway services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Degraded Mode Working Control System.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
System is designed to offer a rapidly deployable system that provides safe control of train movements in the event of the failure of the primary signalling system.
It should be scalable & deployable anywhere on the UK Rail network and compliment current operating signalling systems.
This Diverse Positioning System is required to provide the UK Railway's initial requirements.
1) If successfully implemented this system / systems could be nationally implemented.
2) The scope of the contract will include System Development, Integration and under certain circumstances deployment and life-time system support. (A key element of the programme).
4) The system shall be required to provide location, speed and direction of travel of trains.
5) The system shall use a number of diverse sources of information to provide a reliable geographical location of trains to within definable tolerances and within high confidence levels.
6) The System shall also be able to detect the status and position of moveable rail on railway points when the main signalling system is not available.
7) (Upon the failure of the primary signalling & control system) The system shall Independently of the existing signalling system utilise this positioning information to control all train movements (within the area that the signalling system is unavailable, operate a fringe process with all operational areas and), provide the necessary trains movement information e.g. level crossings, work sites and stations, to maintain the continued automatic operation of the railway.
Further application developments are envisaged in the future.
8) The supplier shall include in their response to this 'Expression of Interest' products or systems that they consider meet these outline statements of requirements with an indication of the current Technology Readiness Level (TRL) in this application.
Applicants shall have to complete and pass a pre-qualification process which should be issued about the date OJEU notice closes.
II.1.6)Common procurement vocabulary (CPV)

45234115, 34962220, 38800000, 38820000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Dependent upon finalised requirements, scope, programme and magnitude, the majority of the requirements should not exceed GBP10M. This includes a possible variation which could exceed 20 %.
The initial contract therefore should probably exclude these variations, in line with the tender documents, with possible variations towards the end of the contract period.
Estimated value excluding VAT
Range: between 0 and 10 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.1.2013 Completion 31.12.2014

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A bankers bond guaranteeing the performance of the contractor and/or an ultimate company guarantee may be required. If the ultimate company is outside the EEA either.
1 a guarantee may be required from another member of the group, or
2 a bank bond (not an insurance bond), or
3 an Independent Attorneys Certificate my be required, depending upon (Network Rails assessment of the) financial strength of the ultimate parent company and its trading group.
Full details of the prequalification and subsequent tender shall be given upon enquiry. NR advises where NR considers it necessary, as a result of the prequalification assessment, that a contract guarantee is required, this condition shall be a conditional requirement to participate at the ITT stage. Failure to provide the required guarantee at the ITT stage when one is requested could result in disqualification.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be in pounds sterling or any other tradable currency and will normally be made by means of electronic funds transfer. Full details will be provided in the tender documents. Suppliers are to advise if any special payment arrangements are required.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Expressions of interest from Consortiums and Joint Ventures will be considered. However any subsequent application or tender must be on the basis of being made by a lead member of the Consortia/Joint Venture with the other Consortia/Joint Venture members acting as subcontractors to the lead member. Participating Consortiums or Joint Ventures shall declare the name of the lead member. Parties seeking inclusion on the tender list are required to indicate whether they are a company or a group of companies. In either case the ultimate parent company should be identified.
See III.1.1, above, where the ultimate company is outside the EEA.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Standard suite of contracts.
It is our intention to always engage our contractors and suppliers our standard suite of contracts.
These contracts were developed following discussions with various industry bodies and many issues raised were incorporated in the final drafting. We believe our standard suite of contracts reflect a sensible allocation of risk and responsibility between the parties and that these contracts will save management time for us and our suppliers and contractors when setting up and managing contracts.
Suppliers and contractors should always submit tenders that are compliant with the appropriately selected contract but, subject to meeting this requirement, may offer alternative tenders where this provides demonstrable benefits to Network Rail.

The Standard suite of contracts can be found on "www.networkrail.co.uk/aspx/4251.aspx".

III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction:
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
20.7.2012 - 00:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
15.6.2012