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

Ten Year Overhaul of Sleeper Carrier / Barrier Wagon Assets and Associated Items.

Contract notice - utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

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

Network Rail Infrastructure Ltd
RC&S; The Quadrant: MK, Elder Gate
For the attention of: Rob Clement
MK9 1EN Milton Keynes
UNITED KINGDOM
E-mail:

Internet address(es):

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

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:
Ten Year Overhaul of Sleeper Carrier / Barrier Wagon Assets and Associated Items.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKE21

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 10

Duration of the framework agreement

Duration in months: 12

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 575 000 GBP
II.1.5)Short description of the contract or purchase(s):
10 Year Overhaul of Sleeper Carrier / Barrier Wagon Assets and Associated Items.
II.1.6)Common procurement vocabulary (CPV)

50111000, 50220000

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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: yes
Description of these options: Options will be considered
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company Guarantees where appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments shall be made in accordance with the conditions of the contract specified in the tender documents which will in turn reflect Network Rail Standard payment terms.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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: Applicants will be required to complete the ITT which is obtainable from the address state above. Failure to fully complete the aforementioned information may invalidate the application, ITT is to be completed and forwarded no later than 28.2.2014.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete the ITT which is obtainable from the address state above. Failure to fully complete the aforementioned information may invalidate the application, ITT is to be completed and forwarded no later than 28.2.2014.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete the ITT which is obtainable from the address state above. Failure to fully complete the aforementioned information may invalidate the application, ITT is to be completed and forwarded no later than 28.2.2014.
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:
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: 28.2.2014 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.2.2014 - 17:00
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 of 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
Precise information on deadline(s) for lodging appeals: Network Rail will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period will be for unsuccessful tenders to challenge the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.2.2014