Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Network Rail Infrastructure Ltd
02904587
Waterloo General Offices
London
SE1 8SW
UK
Contact person: Shazea Hussain
Telephone: +44 1908781000
E-mail: shazea.hussain@networkrail.co.uk
NUTS: UK
Internet address(es)
Main address: https://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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://networkrail.bravosolution.co.uk/
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
https://networkrail.bravosolution.co.uk/
Reference number: project_41411
II.1.2) Main CPV code
50221000
II.1.3) Type of contract
Services
II.1.4) Short description
Maintenance of the New Measurement Train (NMT)
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The New Measurement Train (NMT) is a high-profile asset to Network Rail’s Infrastructure Monitoring (IM) fleet. The NMT covers high mileage and the busiest segments of track. The NMT delivers data required to meet and maintain compliance of predominantly cat 1a and 1 track where the NMT primarily operates.
The Services require maintenance of the NMT, which is comprised of 9 rail vehicles usually made up into an operational consist of Class 43 Power Cars, and Mk3 Trailer Cars.
The Services are for the NMT maintenance and the provision of the NMT technicians. The Services includes heavy maintenance, light maintenance, and cleaning of the NMT. Maintenance schedules shall include weekly, per period and every two periods maintenance, as well as assisting the separate maintainer of the QL3 and QL4 MTU engine overhauls. The technicians will be responsible for overnight service exams, responding to fault and acting as a technical rider on the service.
More details can be found in the Technical Workscope and supporting documents.
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: 24
This contract is subject to renewal: Yes
Description of renewals:
12+12
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with 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 with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/03/2025
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
08/04/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
London
UK
VI.5) Date of dispatch of this notice
13/02/2025