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

National Aerial Imagery Capture and Processing.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

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

Network Rail Infrastructure Ltd
The Quadrant, 500 Eldergate
Contact point(s): Contracts & Procurement
For the attention of: Garry Pyne
MK9 1EN Milton Keynes
UNITED KINGDOM
E-mail:

Internet address(es):

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

Electronic access to information: http://my.networkrail.co.uk/portal/page/portal/NR_PORTAL/NR_PORTAL_HOME_PAGE

Electronic submission of tenders and requests to participate: http://my.networkrail.co.uk/portal/page/portal/NR_PORTAL/NR_PORTAL_HOME_PAGE

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

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:
National Aerial Imagery Capture and Processing.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: United Kingdom.

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):
Network Rail require the capture, processing and supply of high resolution oblique aerial photographic imagery which is geocoded with its location to a accuracy of 1 Metre. Network Rail require a complete survey of the rail network annually approx 16 100 route Km in each direction i.e. 32 200 route km in total plus the provision of a call off service to enable specific parts of the network to be surveyed in addition as and when requested.
II.1.6)Common procurement vocabulary (CPV)

79961200, 72322000

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: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Aerial Imagery data that is geocoded, structured and formatted to support efficient retrieval. The images and data will be loaded to an ftp site ready for collection by Network Rail and loading into the Trackview application.
Estimated value excluding VAT: 2 670 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The agreement will be for 12 months with the option to extend for up to a further 2 years.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As indicated in the accompanying documentation and the questionnaire.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As indicated in the accompanying documentation and the questionnaire.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As indicated in the accompanying documentation and the questionnaire.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As indicated in the accompanying documentation and the questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As indicated in the accompanying documentation and the questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: As indicated in the accompanying documentation and the questionnaire.
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: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
S 20121106 Trackview
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 11.12.2012 - 09:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.1.2013 - 09:00
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
Date: 18.1.2013 - 09:30
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

The High Court
The Strand
WC2A 1AA London
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Network Rail will incorporate a 10 calendar day standstill period after notification to unsuccessful bidders and until such point will not enter into a contract for this requirement. Bidders considering lodging an appeal must do so within this timescale in order to allow Network Rail to consider such an appeal. Successful appeals after the conclusion of contract award can only be dealt with through the processes available as described above.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Network Rail
The Quadrant, 500 Elder Gate
MK9 1EN Milton Keynes
UNITED KINGDOM
E-mail:

VI.5)Date of dispatch of this notice:
22.11.2012