Intelligent Infrastructure Development and Support
The Intelligent Infrastructure programme is Network Rail’s strategic solution for remote condition monitoring of fixed assets.
United Kingdom-London: Software programming and consultancy services
2015/S 246-448492
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Network Rail Infrastructure Limited
1 Eversholt Street
For the attention of: Louise Billingham
NW1 2DN London
UNITED KINGDOM
E-mail: louise.billingham@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
The contracting entity is purchasing on behalf of other contracting entities: yes
Network Rail will be a Central Purchasing Body for the parties listed in the Utilities Contract Regulations 2006 Schedule 1 Category 7 Part Q
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
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Milton Keynes.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 5
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 0 and 25 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
The goal of the programme is to help move the organisation from a ‘Find and Fix’ approach to asset repairs to a ‘Predict and Prevent’ asset failure. It allows NR to:
— Detect faults earlier than currently possible;
— Predict faults to allow for planning of remedial works;
— Understand asset behaviour to assist in making a case for changing the maintenance intervention intervals;
— Better understand the useful life of an asset for renewals planning purposes.
To achieve these goals, rail assets are monitored using non-intrusive techniques. Measurements are collected by data loggers which are then transmitted to a centralised alarm/alert processing and storage platform.
Network Rail requires a supplier to help them take this system forward by providing development and support capabilities. Therefore, Network Rail seeks expressions of interest for the following service:
— The provision of software development and implementation services.
The service provider is expected to provide build (including software design), test and implementation services for system enhancements including the implementation of new asset templates, which will be hosted within Network Rail infrastructure.
— Support and maintenance is also required.
This specifically excludes Wonderware Licences.
II.1.6)Common procurement vocabulary (CPV)
72200000, 48000000, 80500000
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:
Estimated value excluding VAT
Range: between 0 000 000 and 25 000 000 GBP
II.2.2)Information about options
Description of these options: Network Rail intend to award a 3 year contract with the option to extend the contract by 2 1-year periods.
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.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
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
Additional information about electronic auction: Network Rail reserve the option to use an e-Auction.
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents(except for a DPS)
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Applicants should express their interest in participating in this procedure by email to: louise.billingham@networkrail.co.uk by 12:00 noon, 6.1.2016.
Applicants should provide the following information in their Expression of Interest:
— Company name;
— Contact name;
— Contact email address;
— Contact telephone number.
It is Network Rails intention to issue the Pre Qualification Questionnaire to interested parties 6.1.2016; however, this date is subject to change. Completed PQQ’s should be returned by 25.1.2016. Late submissions will not be accepted.
VI.5)Date of dispatch of this notice: