Hysbysiad contract - cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Network Rail Infrastructure Ltd
2904587
Waterloo General Offices
London
SE1 8SW
UK
Person cyswllt: Neil PATERSON
Ffôn: +44 1908781000
E-bost: Neil.Paterson@networkrail.co.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.networkrail.co.uk
Cyfeiriad proffil y prynwr: https://networkrail.bravosolution.co.uk/
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://networkrail.bravosolution.co.uk/
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://networkrail.bravosolution.co.uk/
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://networkrail.bravosolution.co.uk/
I.6) Prif weithgaredd
Gwasanaethau rheilffyrdd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Network Rail Western & Wales Regional CP7 Period Telecoms Renewals Framework
Cyfeirnod: pqq_3335 (itt_15796)
II.1.2) Prif god CPV
45314000
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
Network Rail Infrastructure Ltd (“NR”) intends to tender for our Control Period 7 (CP7) Framework for the Telecoms Renewals Work Bank for the Wales & Western Region, consisting of
• Capital Delivery
o Operational Coms (Ops Coms) and
o Station Information and Security Systems Framework (SISS) and as an Option
• NR minor stations (operated by Great Western Railway) o SISS
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 37 861 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
32000000
32231000
32323000
32344210
32500000
35261000
48810000
48813200
48952000
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
West London to (all of) Western & Wales (Railway) Regions
II.2.4) Disgrifiad o’r caffaeliad
The Wales & Western Region consists of 2,700 miles of railway serving Wales, the Thames Valley, West of England and the South West Peninsula. It transports commuters to key employment hubs including London, Cardiff, Bristol, Birmingham, Manchester and Liverpool. It directly serves London Heathrow, Europe's busiest international airport and provides connections to Cardiff Bristol, Birmingham,
Manchester, and London Gatwick airports. It Supports leisure and tourism in all these areas and supports critical freight services, notably aggregates, moving millions of tonnes of freight every year.
The attached tender documents outline Network Rail’s aspirations for the procurement of our Control Period 7 (CP7) Framework for the Telecoms Renewals Work Bank for the Wales & Western Region, consisting of
• Capital Delivery
o Operational Coms (Ops Coms) and
o Station Information and Security Systems Framework (SISS) and
• NR minor stations (operated by Great Western Railway)
o SISS.
The framework will create strong relationships with asset-specific supplier partners, incentivised to design and deliver work bank packages to embrace SPEED (Swift, Pragmatic and Efficient Enhancement Delivery) principles, meet industry benchmarks, and to achieve the required business score card results. We will be seeking to procure a single asset specialist for the region.
The framework is the foundation stone of our journey to becoming an intelligent client, where we will be working collaboratively with high quality, trusted supply chain partners to develop, design and deliver the minimum viable products needed to achieve great outcomes for passengers, freight, and funders. This will be supported through a two-stage incentive model which firstly promotes great planning and design, then secondly through delivery. This will all work within the shared constraint of the Network Rail business plan, bringing all teams within the framework aligned to budgetary financial efficiency.
Being an intelligent client means we will be less prescriptive in our specifications, reduce duplication, manage risk appropriately throughout the process, and strengthen our assurance.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/11/2024
Diwedd:
31/03/2029
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Framework can be renewed after the above period for up to a further 3 periods each of 12 months (1 + 1+1).
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Yr isafswm nifer a ragwelir: 4
Nifer uchaf a ragwelir: 5
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
Network Rail will select a shortlist of 4 Candidates for ITT from the highest scoring PQQ compliant responses that successfully “pass” all of the pass/fail questions and will select the 5th Candidate for ITT if the 5th Candidate scores their PQQ compliant response provided they achieve a target score within 1.250% of the 4th ranked submission and that they successfully “pass” all of the pass/fail questions.
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Selection of the economic operators to be invited to tender will be based on information provided in response to the PQQ. Please see the procurement documents which include the PQQ instructions and documents to be completed.
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
Selection of the economic operators to be invited to tender will be based on information provided in response to the PQQ. Please see the procurement documents which include the PQQ instructions and questionnaire to be completed.
III.1.6) Adneuon a gwarantau sy’n ofynnol:
A Parent Company Guarantee will be required.
III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:
The main finance conditions, payment mechanisms, performance standards and incentive mechanisms are described in the various forms of contract described in the procurement documents.
III.1.8) Ar ba ffurf gyfreithiol y bydd y gr?p o weithredwyr economaidd y caiff y contract ei ddyfarnu iddynt:
As set out in the procurement documents.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
As set out in the procurement documents.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
negodi gyda galwad am gystadleuaeth
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: N/A
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-005794
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
04/04/2024
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
14/05/2024
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Capital Delivery - SP&C
Western House, 6th Floor; 1 Holbrook Road,
Swindon. WILTS
SN1 1BY
UK
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
High Court of England & Wales Royal Courts of Justice
Strand
London
WC1A 2LL
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Precise information on deadline(s) for review procedures: Network Rail will incorporate a minimum 10 calendar day standstill period after notification to unsuccessful tenderers and until such point will not conclude the framework. Part 5 of the Utilities Contracts Regulations 2016 sets out the remedies available to economic operators and provides for aggrieved economic operators to take action in the High Court of England and Wales.
VI.5) Dyddiad anfon yr hysbysiad hwn
22/02/2024