Network Rail Collaboration Consultancy Services Framework
Management consultancy framework to cover 8 key areas: 1) Behavioural Assessments; 2) ISO44001 Deployment.
United Kingdom-Milton Keynes: Railway construction works
2018/S 127-290331
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
02904587
The Quadrant; Elder Gate
Milton Keynes
MK9 1EN
United Kingdom
Contact person: IP Procurement Team
Telephone: +44 1908781000
E-mail: IPHQProcurement@networkrail.co.uk
NUTS code: UK
Address of the buyer profile: www.networkrail.co.uk
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Collaboration Consultancy Services Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Network Rail is carrying out a procurement exercise to establish a framework for the Collaboration consultancy services for Network rail. Management consultancy framework to cover 8 key areas:
1) Behavioural Assessments;
2) ISO44001 Deployment;
3) Alliance mobilisation support;
4) Culture change collaboration intervention support;
5) Relationship management of the project/ programme and Monitoring its effectiveness;
6) Supporting projects and regions through external BSI (or other accredited body) audits and conducting internal audits as per Network.
Further information about what is included is explained within the Scope of services. All supporting documents are uploaded into NR Bravo. This is not an exhaustive list.
Network rail will appoint up to 10 Framework providers given that the quality thresholds are met.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Network Rail national
II.2.4)Description of the procurement:
Management and delivery of Collaboration consultancy services through a Framework Agreement covering all categories as outlined in tender documentation.
As stated in Section II.2.7, a Framework will have an initial duration of 2 years with a right for Network rail to extend for up to 4 years (2+1+1 year periods). The initial period will cover works envisaged to take place from year 5 of Control period 5 (CP5) through Year 1 of the Control period 6 (CP) onwards of Control period 6 (CP6). This is no-value Framework and any potential commission will be subject to funding approval at the time.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The initial duration of the frameworks will be 2 years with an option for Network rail to extend the term of each framework by 24 months once and 12 month periods on up to 2 occasions (2+2+1+1)
II.2.9)Information about the limits on the number of candidates to be invited
Applicants are referred to the procurement documents for further information on Network rail’s criteria for selecting applicants to be invited to tender; pre-qualification will take place in one stage; written questions (qualification and selection).
Network rail intends to select up to 20 applicants to invitation to tender stage, provided each applicant satisfies the pre-qualification requirements (including minimum scoring thresholds set out in the pre-qualification instructions).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
n/a
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
Applicants are referred to the procurement documents for information about Network Rail’s rules and criteria for participation.
III.1.6)Deposits and guarantees required:
A bond / parent company guarantee may be required
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The main financing conditions, payment mechanism, performance standards and incentive mechanism are described in the procurement documents. The draft procurement documents are available via our electronic procurement system (BravoNR) and tender documents will be updated prior to formal issue of the invitation to tender. The form of contract governing these arrangements will be based on an amended version of the NR standard templates: NR13 (NR2 for Commissioning).
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Network Rail will accept pre-qualification and tender submissions from single entities or consortia. Network Rail does not require those consortia who intend to form a single legal entity to do so at the pre-qualification stage. If consortia members change at any point during the procurement process, Network rail reserves the right to revisit the pre-qualification stages to consider the impact of the updated information.
Network rail will consider contracting with a consortium, providing always that the participants in any consortium are jointly and severally liable for all of the obligations of the contractor, under the contract.
III.2.2)Contract performance conditions:
Applicants are referred to the procurement documents for further information.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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
VI.3)Additional information:
The procurement documents are available via the link in Section I.3. These include the Instructions to participants (which include general instructions, pre-qualification instructions and draft instructions to tender), draft Tender submission forms and the draft Framework terms and conditions (including the Call-off procedure). Participants are required to complete and submit one pre-qualification questionnaire by the date set out in Section IV.2.2 in order to express an interest in this opportunity — further details are included in the Instructions to participants.
The value stated in Section II.1.5 and Section II.2.6 is an estimated overall value of the Framework across the initial period and assuming the options to extend are exercised. Whilst network rail retains some understanding of the value of the renewals portfolio, due to the way collaboration consultancy services are funded, the value of enhancements is purely indicative and subject to change.
Network rail reserves the right to cancel or suspend this procurement process at any time without incurring any cost or liability. Network rail shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed framework. Network rail does not bind itself to enter into any Framework arising from this Notice and no contractual rights express or implied arise out of this Notice or arise out of the procedure envisaged by this Notice. Network rail reserves the right to disqualify any organisation who provides information or confirmations which later prove to be untrue or incorrect, does not supply the information required by this Notice or as otherwise directed by Network rail during the procurement process.
VI.4.1)Review body
London
WC2A 1AA
United Kingdom
VI.4.2)Body responsible for mediation procedures
London
WC2A 1AA
United Kingdom
VI.4.3)Review procedure
Network Rail will incorporate a minimum 10 calendar day standstill period after notification to unsuccessful bidders and until such point will not enter into a contract for this requirement. 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.4.4)Service from which information about the review procedure may be obtained
London
WC2A 1AA
United Kingdom
VI.5)Date of dispatch of this notice: