Construction Tenders

Sat July 27 2024

Related Information

Construction Contract Leads

United Kingdom

Category Goods

Type

No. of Lots 1

Status Active

Published 26th Jul 2024

Tender Details
Referenceocds-h6vhtk-048523
Common Procurement VocabularyConcrete products
Procurement MethodNegotiated procedure with prior call for competition
Value£134,000,000
« Previous Page

United Kingdom

Category Goods

Type

No. of Lots 1

Status Active

Published 26th Jul 2024

Tender Details
Referenceocds-h6vhtk-048523
Common Procurement VocabularyConcrete products
Procurement MethodNegotiated procedure with prior call for competition
Value£134,000,000

Section I: Contracting entity

I.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Email

Shane.Bisgrove [at] networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.co.uk

I.3) Communication

The 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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://networkrail.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

I.6) Main activity

Railway services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Manufacture and Supply of Concrete Bearers and Associated Items

II.1.2) Main CPV code

  • 44114200 - Concrete products

II.1.3) Type of contract

Supplies

II.1.4) Short description

Network Rail has the requirement for the supply of concrete bearers, used in specific S&C layouts and for maintenance. This procurement activity is for the supply of concrete bearers and any associated components listed within the associated pricing documents provided as part of this procurement event. Network Rail requires a supplier to meet strict lead-times and the ability to re-work urgent requirements within time critical periods. Network Rail is seeking suppliers to build a collaborative relationship with, to deliver safety critical components to the railway.

The Procurement Documents can be downloaded from Network Rail's BravoNR sourcing platform via this link.

https://networkrail.bravosolution.co.uk/web/login.html

From the welcome screen, access the 'View Current Opportunities' link and select:

Project Title

#29649 - Concrete Bearers

pqq_3339 - Concrete Bearers

II.1.5) Estimated total value

Value excluding VAT: £134,000,000

II.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: 1

II.2) Description

II.2.1) Title

Lot No

2

II.2.2) Additional CPV code(s)

  • 44114200 - Concrete products

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Network Rail has the requirement for the supply of concrete bearers, used in specific S&C layouts and for maintenance. This procurement activity is for the supply of concrete bearers and any associated components listed within the associated pricing documents provided as part of this procurement event. Network Rail requires a supplier to meet strict lead-times and the ability to re-work urgent requirements within time critical periods. Network Rail is seeking suppliers to build a collaborative relationship with, to deliver safety critical components to the railway.

There are two Lots:

• Lot 1 - - 200,000 Linear Meters over 4 Framework Years with the aim to provide 50,000 Linear Meters per year Framework Year on average.

• Lot 2 - 40,000 Linear Meters over 4 Framework Years, with the aim to provide 10,000 Linear Meters per Framework Year on average).

II.2.5) Award criteria

Price 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 system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

4 year extension on a year by year basis.

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

Top 4 per lot for the ITT, on the basis of PQQ scoring

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The 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 registers

List and brief description of conditions

As per procurement documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As per procurement documents.

III.1.6) Deposits and guarantees required

N/A

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As per procurement documents.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per procurement documents.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

IV.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

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

2 September 2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

To access this procurement please

VI.4) Procedures for review

VI.4.1) Review body

The High Court

London

WC2A 1AA

Country

United Kingdom