Business Opportunity. Title: United Kingdom-London: Railway equipment. Document Type: Contract Notice. Published By: Network Rail

Size: px
Start display at page:

Download "Business Opportunity. Title: United Kingdom-London: Railway equipment. Document Type: Contract Notice. Published By: Network Rail"

Transcription

1 Business Opportunity Title: United Kingdom-London: Railway equipment Document Type: Contract Notice Published By: Network Rail Date Published: 25 February 2016 Deadline Date: 24 March 2016 SECTION I: CONTRACTING ENTITY I.1) Name, Address and Contact Point(s) Network Rail Infrastructure Limited Third Floor, Enterprise House, Westbourne Terrace Town: London Contact Point: Infrastructure Projects Signalling For the attention of: Patrick Benjuya Postal Code: W2 6JX General address of the contracting entity (URL): Address of the buyer profile (URL): Country: UK Further information can be obtained at: As in above mentioned contact point(s) Other: Please complete Annex A.I 1

2 Specifications and further documents can be obtained at: Tenders or requests to participate must be sent to: As in above mentioned contact point(s) Other: Please complete Annex A.II As in above mentioned contact point(s) Other: Please complete Annex A.III I.2) Main activity or activities of the contracting entity Production, transport and distribution of gas and heat Electricity Exploration and extraction of gas and oil Exploration and extraction of coal and other solid fuels Water Postal services Railway services Urban railway, tramway, trolleybus or bus services Port-related activities Airport-related activities SECTION II: OBJECT OF THE CONTRACT II.1) II.1.1) Description Title attributed to the contract by the contracting entity Supply of European Train Control System (ETCS) and Traffic Management System (TMS) including System Design, Supply, Installation, Commissioning, Integration to other related systems and Maintenance and Support. II.1.2(a)) Type of works contract Execution Execution, by whatever means Design and execution II.1.2(b)) Type of supplies contract II.1.2(c)) Type of service contract II.1.2) Site or location of works, place of delivery or performance Norwich, Yarmouth, Lowestoft (NYL) Anglia Route. NUTS Code UKH1 II.1.3) II.1.4) This notice involves A public contract The setting up of a Dynamic Purchasing System The establishment of a framework agreement Information on framework agreement (if applicable) Framework agreement with a single operator Framework agreement with several operators 2

3 Number of participants to the framework agreement envisaged Duration of the framework agreement Estimated total value of purchases for the entire duration of the framework agreement Frequency of the contracts to be awarded II.1.5) II.1.6) Short description of the contract or purchase(s) Network Rail intends to deliver, via an early design and build deployment site at NYL, a Digital Railway Toolkit as the standard building blocks for future national roll-out. 2 of the principal components being a European Train Control System (ETCS) Level 2 Signals away solution (with training via a simulator for NYL) and a Traffic Management System (TMS) incorporating interface provision to Connected Driver Advisory System (C-DAS). Solutions required will be inclusive of open protocol development to communicate with associated systems culminating in an integrated DR Toolkit. Commissioning of the system for the NYL project is envisaged to be by the end of December 2018 (approximately). Maintenance and Support (M&S) will be required for both ETCS and TMS for an indicative period of 10 years. NR may wish to exercise an option to extend said M&S by up to a further 5 years by instructing an Employer's option to do so. High level indicative Programme Milestones: (All dates are indicative). 1. Contract start Jan 2017; 2. ETCS Development of level complete and available for deployment Dec 2017; 3. TMS Training System ready June 2018; 4. Commissioning of ETCS and TMS Dec Network Rail Infrastructure Projects (NRIP) is inviting requests to participate in the tender process for design, supply, delivery, commissioning and support and maintenance of an integrated ETCS Level 2 Signals away and TMS system. The tender will be divided into 3 Lots: Lot 1 ETCS; Lot 2 TMS; Lot 3 ETCS and TMS combined. Participants in the tender process may either tender for Lot 1 only, Lot 2 only or a combined Lot 1 and 2 offer (Lot 3). NRIP will issue a PQQ to respondents to this Contract Notice post receipt of requests to participate. Respondents will be invited to a Tender event (format, venue and date to be confirmed, but currently envisaged to be circa w/c ) where suppliers will be briefed on the PQQ process, the scope of work and the procedure for this tender. The approximate footprint of the Early Deployment project at NYL is as follows (for indicative purposes only): 99km of track includes double and single track plus terminal stations 5 class 153, 9 class 156, 12 lass 170 DMUs (Diesel Multiple Units); Hauled set of class 37 and 47 locos; Ballast train working class 66; 8 signal boxes closures, 8 Level Crossings (LX) closures and 2 LXs; Combining signalling and Control Box will be reduced to Control Box only. Common Procurement Vocabulary (CPV) Main vocabulary Supplementary vocabulary (when applicable) 3

4 Main object Additional objects II.1.7) Contract covered by the Government Procurement Agreement (GPA) II.1.8) Division into lots Yes Tenders may be submitted for: one lot one or more lots only all lots II.1.9) II.2) II.2.1) Will variants be accepted Yes Quantity or Scope of the Contract Total quantity or scope Lot 1 ETCS (including provision for integration to a TMS system) Will require to be open protocol; Lot 2 TMS (including integration to C-DAS) Will require to be open protocol; Lot 3 Lot 1 and Lot 2 combined. Option 1 for Lot 1 ETCS System Maintenance and Support Services for 10 years (will be in scope but will not be instructed until NR Control Period 6 (From April 2019)); Option 2 for Lot 1 Employer's option to extend the Maintenance and Support under Option 1 for up to a further 5 years; Option 1 for Lot 2 TMS System Maintenance and Support Services for 10 years (will be in scope but will not be instructed until NR Control Period 6 (From April 2019)); Option 2 for Lot 2 Employer's option to extend the Maintenance and Support under Option 1 for up to a further 5 years. Estimated value range between and Currency: GBP II.2.2) Options Option 1 for Lot 1 ETCS System Maintenance and Support Services for 10 years (will be in scope but will not be instructed until NR Control Period 6); Option 2 for Lot 1 Employer's option to extend the Maintenance and Support under Option 1 for up to a further 5 years; Option 1 for Lot 2 TMS System Maintenance and Support Services for 10 years (will be in scope but will not be instructed until NR Control Period 6); Option 2 for Lot 2 Employer's option to extend the Maintenance and Support under Option 1 for up to a further 5 years. Provisional timetable for recourse to these options 26months (from award of the contract) Number of possible renewals 4

5 In the case of renewable contracts, estimated time frame for subsequent calls for competition: II.3) Duration of the contract or limit for completion Period in month/s 264from the award of the contract SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION III.1) III.1.1) III.1.2) III.1.3) III.1.4) III.2) III.2.1) III.2.2) Conditions relating to the contract Deposits and guarantees required Bond / Parent Company Guarantee may be required. Main Terms of financing and payment and/or reference to the relevant provisions To be set out in the draft contract documentation. Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded Network Rail welcomes pre-qualification questionnaire responses from economic operators either acting as a single entity, or from groups of economic operators in a joint venture that can jointly deliver the full scope of Works and Services required under this Notice. In the event that an unincorporated joint venture is successful in this tender process, Network Rail reserves the right to require the economic operators within that joint venture to incorporate and contract as a single legal entity. Other particular conditions to which the performance of the contract is subject Selection of economic operators to be invited to tender will be based on the information provided in response to a pre-qualification questionnaire which will be issued to all who express an interest under this Notice. Conditions for Participation Personal situation of suppliers,contractors or service providers Information and formalities necessary for evaluating if requirements are met: Economic and financial capacity Information and formalities necessary for evaluating if requirements are met: Selection of economic operators to be invited to tender will be based upon information provided in response to a pre-qualification questionnaire. This will include minimum turnover and insurance thresholds. Economic operators will not be prevented from pre-qualifying if they do not yet hold the appropriate minimum insurance levels but assurance that they can arrange these will be needed and evidenced as set out in the pre-qualification questionnaire and the insurance will need to be in place prior to contract award. III.2.3) Technical capacity Information and formalities necessary for evaluating if requirements are met: Selection of economic operators to be invited to tender will be based upon information provided in response to a pre-qualification questionnaire. This will include that the economic operator must have suitable experience of delivering commensurate Works and Services including working in an operational railway environment. In response to the pre-qualification questionnaire the economic operator, or at least 1 economic operator within a joint venture will be asked to confirm that they hold or agree to obtain a Network Rail Principal Contractors Licence (NRPCL). III.2.4) Reserved contracts 5

6 The contract is restricted to sheltered workshops The execution of the contract is restricted to the framework of sheltered employment programmes III.3) III.3.1) III.3.2) Conditions Specific to Service Contracts Is provision of the service reserved to a specific profession? No Will legal entities be required to state the names and professional qualifications of the personnel responsible for executing the contract? Yes SECTION IV: PROCEDURE IV.1) Type of Procedure Open Restricted Negotiated Have candidates already been selected? No IV.2) Award Criteria A) Lowest Price No B) The most economically advantageous tender in terms of: B1) Criteria as stated in contract documents: Yes B2) Criteria as stated below No Criteria Weighting IV.2.2) An electronic auction will be used No IV.3) Administrative Information IV.3.1) IV.3.2) Reference number attributed to the notice by the contracting entity Previous publication concerning the same contract Periodic indicative notice Notice on a buyer profile Other previous publications IV.3.3) Conditions for obtaining contract document and additional documents Obtainable until Price (where applicable) Currency Terms and method of payment IV.3.4) IV.3.5) Time-limit for receipt of tenders or requests to participate :00 Language or languages in which tenders or requests to participate can be drawn up IV.3.6) Minimum time frame during which the tenderer must maintain its tender 6

7 IV.3.7) Conditions for opening tenders Persons authorised to be present at the opening of tenders (where applicable) Date Place SECTION VI: COMPLEMENTARY INFORMATION VI.1) VI.2) Indicate whether this Procurement is a Recurrent one and the estimated timing for further notices to be published Does the contract relate to a Project/Programme financed by Community Funds? No If yes, indicate the project/programme and any useful reference VI.3) VI.4) Additional Information NRIL is adopting the following steps in relation to the qualification of this procurement: Expressions of interest must be received by the date and time specified in Section IV 3.4) of this notice by ing the following information to DRPhase2NYL@networkrail.co.uk: a. Your organisation's name; b. Contact details for receipt of the PQQ documentation ( and telephone number required); c. Registered address; d. Confirmation of intention to attend the Tender event referenced in Section II.1.5) NRIL reserves the right to abandon or amend this procurement, to not award a contract for any of the Lots described and / or to award in part only without any liability to any economic operator or otherwise. Each economic operator that bids does so at its own cost and risk and NRIL will have no liability to any economic operator for its bid cost or otherwise. Procedures for appeal VI.4.1) Body responsible for appeal procedures The High Court The Strand Town: London Internet address (URL): Postal Code: WC2A 1AA Country: UK Body responsible for mediation procedures Town: Postal Code: Country: Internet address (URL): VI.4.2) Lodging of appeals Precise information on deadline(s) for lodging appeals: 7

8 NRIL will incorporate a minimum 10 calendar day standstill period after notification of the outcome of the tender assessment to the economic operators who submitted a tender. Until expiry of such period NRIL will not enter into a contract under this procurement activity. VI.4.3) VI.5) Service from which information about the lodging of appeals may be obtained Network Rail Infrastructure Limited Third Floor, Enterprise House, Westbourne Terrace Town: London DRPhase2NYL@networkrail.co.uk Internet address (URL): Dispatch date of this Notice Postal Code: W2 6JX Country: UK ANNEX A Additional Addresses and Contact Points II) Address and contact point from which additional documentation may be obtained Town: Postal Code: Country: For the attention of: Internet address (URL): 8