The ERTMS systems integration laboratory is required to provide a single testing platform system that is capable of integrating different suppliers trackside.
United Kingdom-London: Railways traffic-control equipment
2016/S 054-090916
Contract notice – utilities
Works
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Network Rail Infrastructure Limited
Third Floor, Enterprise House, 167-169 Westbourne Terrace
Contact point(s): Infrastructure Projects — Signalling
For the attention of: Clare Embleton
W2 6JX London
UNITED KINGDOM
Telephone: +44 7710958044
E-mail: clare.embleton@networkrail.co.uk
Internet address(es):
General address of the contracting entity: www.networkrail.co.uk
Address of the buyer profile: www.networkrail.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Design and execution
Main site or location of works, place of delivery or of performance: Hitchin, Hertfordshire.
NUTS code UKH2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
34632000, 48140000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 1 000 000 and 3 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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.
III.1.4)Other particular conditions:
Description of particular conditions: The 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 expressed an interest under this notice.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
Other previous publications
Notice number in the OJEU: 2014/S 231-407999 of 28.11.2014
IV.3.3)Conditions for obtaining specifications and additional documents(except for a DPS)
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
Expressions of Interest must be received by the date and time specified in section IV 3.4) of this notice by emailing clare.embleton@networkrail.co.ukthe following information:
1. Your organisation’s name
2. Contact details for receipt of the PQQ documentation (email and phone number).
3. Company registered address.
Network Rail reserves the right to abandon, amend this procurement or not to award a contract for the works described without any liability to any economic operator or otherwise. Each economic operator that bids does so at its own cost and risk and Network Rail will have no liability to any economic operator for its bid costs or otherwise.
VI.4.1)Body responsible for appeal procedures
The High Court
The Strand
WC2A 1AA London
UNITED KINGDOM
VI.4.2)Lodging of appeals
conclusion of contract award can only be dealt with through the process described above.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Network Rail Infrastructure Limited
Enterprise House 167-169 Westbourne Terrace
W2 6JX London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: