Railway Track Supervision
We are looking to appoint an organisation to provide additional site safety and supervisory personnel.
UK-Newcastle upon Tyne: support services for railway transport
2012/S 54-088475
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Tyne and Wear PTE (t/a Nexus)
33, St James’ Boulevard
For the attention of: Antonia Smith
NE1 4AX Newcastle upon Tyne
UNITED KINGDOM
E-mail: corporateprocurement@nexus.org.uk
Internet address(es):
General address of the contracting entity: www.nexus.org.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
Urban railway, tramway, trolleybus or bus services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Track supervision.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Tyne and Wear.
NUTS code UKC2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 2
II.1.5)Short description of the contract or purchase(s):
As part of the government investment in the Tyne and Wear Metro Nexus is implementing an extensive asset renewal programme to upgrade and renew the infrastructure. To assist in the delivery of these works we are looking to appoint an organisation to provide additional site safety and supervisory personnel.
II.1.6)Common procurement vocabulary (CPV)
63711000, 71631470, 79417000, 79421100
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
As part of the government investment in the Tyne and Wear Metro Nexus is implementing an extensive asset renewal programme to upgrade and renew the infrastructure. To assist in the delivery of these works we are looking to appoint an organisation to provide additional site safety and supervisory personnel. This may be in the form of lookout protection or full supervisory resource acting on behalf of Nexus and autonomously running work sites in line with our requirements. The work will involve both standard railway safety requirements and elements of assurance, compliance and quality checking. The resources will be required during operational and non-operational hours on a normal shift basis and are subject to short notice change.
II.2.2)Information about options
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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:
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
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.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
NEX12/22
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
16.4.2012 – 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information:
The framework is for an initial period of 2 years with a possible extension of up to an additional 24 months at Nexus’ discretion.
The framework tenders will be evaluated and ranked in accordance with the requirements and the evaluation criteria. The highest ranking tenderer will be offered a contract to supply track supervision services to Nexus without reopening competition for each call off. Nexus reserves the right to place orders with the bidders ranked 2nd or 3rd if the successful bidder, for whatever reason is unable to provide the equipment required.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:15.3.2012