Network Rail Signage Framework 2017 – 2022
Branded signage, wayfinding signage, and lineside operational signage.
United Kingdom-London: Signs and illuminated signs
2016/S 238-434033
Contract notice – utilities
Supplies
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
1 Eversholt Street
London
NW1 2DN
United Kingdom
Contact person: Garry Pyne
Telephone: +44 8457114141
E-mail: garry.pyne@networkrail.co.uk
NUTS code: UK
Internet address(es):Main address: www.networkrail.co.uk
Address of the buyer profile: https://networkrail.bravosolution.co.uk/web/login.html
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Signs, Poster Boards and Frames.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Range 5 000 000 to 20 000 000 GBP.
Every year Network Rail procures around 1 800 000 GBP of signs and associated items for the railway, which can be divided into the following categories:
Description Annual Spend
Branded Signage c. 600 000 GBP.
Wayfinding Signage c. 600 000 GBP.
Lineside Operational Safety Signs 200 000 GBP.
Other Railway Signs 300 000 GBP.
Road Signs 100 000 GBP.
Branded Signage includes all external depot, other front of house, workplace and customer facing signage where suppliers need to follow specific brand guidelines as detailed in Network Rail’s Signage and Graphics Guidelines booklet and Brand Guidelines website, with all signage suppliers requiring approval from Marketing.
Way-finding signage covers the design, manufacture and installation of all Way-finding signage as detailed in Network Rail’s Wayfinding Guidelines booklet, which is predominantly used in Network Rail’s stations.
Lineside Operational Signs includes around 300 signs under Railway Group Standard GI/RT7033 and GK/RT0045.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1 — Operational Railway Trackside Signage including all controlled items Framework.
Lot 2 — Safety Instruction Signs Framework.
Lot 3 — Way-finding Signs Framework.
II.2.1)Title:
Operational Railway Trackside Signage including all controlled items
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Throughout the United Kingdom.
II.2.4)Description of the procurement:
Lineside Operational Signs includes around 300 signs under Railway Group Standard GI/RT7033 and GK/RT0045.
Other Railway Signs includes approximately 100 uncontrolled and controlled signs and sets of signs.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As stated in the Instructions to Participants.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Safety Instruction Signs
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Through the United Kingdom.
II.2.4)Description of the procurement:
Various signs displaying a safety instruction which are not operational railway signs. Please note this lot is Not limited to those operating as a sheltered workshop.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As indicated in the Instructions to Participants.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Wayfinding Signs
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Throughout the United Kingdom.
II.2.4)Description of the procurement:
Directional signs used throughout our stations, depots and offices. Please note this lot is Not limited to those operating as a sheltered workshop.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As indicated in the Instructions to Participants.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As indicated in the procurement documents. Bidders should note that only Lot 1 is limited to those operating as sheltered workshops.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
As indicated in the procurement documents.
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
As indicated in the procurement documents.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As indicated in the procurement documents.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As indicated in the procurement documents.
III.2.2)Contract performance conditions:
As indicated in the procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
48 months.
VI.2)Information about electronic workflows
VI.4.1)Review body
London
WC2A 2AA
United Kingdom
VI.4.3)Review procedure
Network Rail will incorporate a 10 calendar day standstill period after notification to unsuccessful bidders and until such point will not enter into a contract for this requirement. Bidders considering lodging an appeal must do so within this time-scale in order to allow Network Rail to consider such an appeal. Successful appeals after the conclusion of contract award can only be dealt with through the processes available as described above.
VI.4.4)Service from which information about the review procedure may be obtained
Quadrant MK, 500 Elder Gate
Milton Keynes
MK9 1EN
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Wayfinding Signage Tender for London Luton Airport
University of East Anglia Signage Tender