Contract notice - utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)Network Rail Infrastructure Ltd
The Quadrant: MK, Elder Gate
For the attention of: M. Morjaria
MK9 1EN Milton Keynes
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting entity: www.networkrail.co.uk
Address of the buyer profile: 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 activityRailway services
I.3)Contract award on behalf of other contracting entitiesThe 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:Manufacture and Supply of Structural Steel
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
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 agreementFramework agreement with several operators
Number of participants to the framework agreement envisaged: 10
Duration of the framework agreement
Duration in years: 3
II.1.5)Short description of the contract or purchase(s):Network Rail has embarked upon a considerable programme of electrification of its railway, including the Great Western Mainline, Cardiff Valleys, North West Triangle, Trans-Pennine, Midland Mainline and Edinburgh to Glasgow most of which is to be delivered in Control Period 5 (2013/14 to 2018/19). This programme requires the installation of tubular steel piles and universal columns.
Some of these projects will procure all or part of their project demand through project specific contracts, but NR has also decided to create company wide frameworks, to manufacture, fabricate and galvanise structural steel for Network Rails electrification programmes and any other structural steel requirements for its internal or external customers for projects on or adjacent to Network Rails rail infrastructure.
II.1.6)Common procurement vocabulary (CPV) 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 lotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:It is estimated that the total demand for tubular piles and universal columns for the electrification projects will be in the region of 50,000 tonnes, but these estimates are subject to significant assumptions, changes in quantity and programming and the addition of additional tonnage for other project demands.
II.2.2)Information about optionsOptions: yes
Description of these options: The contract will contain a provision to allow it to be extended for up to a further 3 years.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: yes
In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
in months: 36 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Manufacture and supply of tubular piling2)Common procurement vocabulary (CPV) Lot No: 2 Lot title: Manufacture and supply of structural steel2)Common procurement vocabulary (CPV) Lot No: 3 Lot title: Fabrication2)Common procurement vocabulary (CPV) Lot No: 4 Lot title: Galvanising2)Common procurement vocabulary (CPV) 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 shall be required where applicable.
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 in turn reflect Network Rails usual payment terms for this type of contract.
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: yes
Description of particular conditions: The particular conditions will be detailed in the tender and contract documentation and will be based upon one of Network Rails standard forms of contract.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Applicants are required to complete a pre-qualification questionnaire which is obtainable together with further information from the email address detailed herein.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Applicants are required to complete a pre-qualification questionnaire which is obtainable together with further information from the email address detailed herein.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met: Applicants are required to complete a pre-qualification questionnaire which is obtainable together with further information from the email address detailed herein.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision:
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureNegotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn 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 contractno
IV.3.3)Conditions for obtaining specifications and additional documentsTime limit for receipt of requests for documents or for accessing documents: ..
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate25.2.2013 - 12:00
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 tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: January 2016.
VI.2)Information about European Union fundsThe 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 appealsPrecise 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, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations 2006 (SI 2006 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:31.1.2013