News

United Kingdom-London: Asset Protection (ASPRO) Project Management and Engineering Services Framework

Type of document: Pre-information procedures
Country: United Kingdom
OJEU Ref: (2018/S 228-521702/EN)
Nature of contract: Service contract
Procedure: Not applicable
Regulation of procurement: EU
Type of bid required: Not applicable

Prior information notice without call for competition
Services

This notice is for prior information only
Section I: Contracting authority
I.1) Name and addresses
Official name: Network Rail Infrastructure Ltd
Postal address: 1 Eversholt Street
Town: London
Postal code: NW1 2DN
Country: United Kingdom
Telephone: +44 7701057301
Email: ShruthiMariam.George@networkrail.co.uk
Internet address(es):
Main address: www.networkrail.co.uk
Address of the buyer profile: www.networkrail.co.uk

Additional information can be obtained from:
the above mentioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Other activity: Railway Services

Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: Asset Protection (ASPRO) Project Management and Engineering Services Framework
II.1.2) Main CPV code: 71000000
II.1.3) Type of contract: Services
II.1.4) Short Description:
Network Rail is looking to engage with organisations who have the capability to provide Asset Protection (ASPRO) project management and engineering services support for Anglia Route.
The Expression of Interest (EOI) will commence on the 7.1.2019 through the Railway Industry Supplier Qualification Scheme (RISQS) portal.
Please note that you are required to be registered with RISQS with the following RICCL codes by the abovementioned date.
C.C.3.3.1 Civil Engineering Consultancy.
F.C.6.1 Electrification Consultancy.
H.E.5.3 Telecomms Consultancy.
B.C.4.1 Signalling Consultancy.
C.E.1 Track Consultancy.
II.1.5) Estimated total value:
Value excluding VAT: 12763875 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: Yes
II.2) Description:
II.2.1) Title: West Anglia

Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 71311000
Main CPV code: 71316000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement
Network Rail requires a Multi-Disciplinary Engineering Consultancy to provide outside party and third party engineering management and support to the Crossrail/Stratford programme daily as well as other projects on an ad-hoc basis as and when required. The Supplier shall provide resources for technical assurance for third party design consultants and main works contractors. These resources need not be entirely based in Network Rail offices but must be able to provide a service that delivers full formal response in 20 days of receipt from document package including an allowance for gaining Network Rail Route Asset Management (RAM) Approval where required.
There will be one primary and one secondary supplier in the West Anglia Region. The services in this region will be direct awarded to the Primary Supplier. In the event the Primary Supplier is not able to meet the requirements, the services will be awarded to the Secondary Supplier.
Please note that the Primary Supplier in Lot 1 will automatically be allotted as the Secondary Supplier in Lot 2 and vice versa.
II.2.5) Award criteria

II.2.1) Title: Great Eastern Region

Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 71311000
Main CPV code: 71316000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement
Network Rail requires a Multi-Disciplinary Engineering Consultancy to provide Outside Party and 3rd Party engineering management and support to the Crossrail/Stratford programme daily as well as other projects on an ad-hoc basis as and when required. The Supplier shall provide resources for technical assurance for third party design consultants and main works contractors. These resources need not be entirely based in NR offices but must be able to provide a service that delivers full formal response in 20 days of receipt from document package including an allowance for gaining Network Rail Route Asset Management (RAM) Approval where required.
There will be one primary and one secondary supplier in the Great Eastern Region. The services in this region will be direct awarded to the Primary Supplier. In the event the Primary Supplier is not able to meet the requirements, the services will be awarded to the Secondary Supplier.
Please note that the Primary Supplier in Lot 2 will automatically be allotted as the Secondary Supplier in Lot 1 and vice versa.
II.2.5) Award criteria

II.3) Estimated date of publication of contract notice:2019-01-07
Section IV: Procedure
IV.1) Description

IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information

Section VI: Complementary information
VI.2) Information about electronic workflows
VI.5) Date of dispatch of this notice:2018-11-22

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy