UK-Leeds: Railway equipment.

UK-Leeds: Railway equipment.
Section I: Contracting Authority
I.1) Name and addresses
University of Leeds
Purchasing Office, 1 - 3 Lifton Villas, Lifton Place, Leeds, LS2 9JZ, United Kingdom
Tel. +44 1133431810, Email: m.a.whitworth@adm.leeds.ac.uk
Contact: Maggie Whitworth
Main Address: https://www.leeds.ac.uk, Address of the buyer profile: www.leeds.ac.uk
NUTS Code: UKE42
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Railway-equipment./945NKN64WA
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/945NKN64WA to the address as in Annex A.III
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 3278 - Design, Supply, Installation, Commissioning and Maintenance of Railway Systems Testing Equipment
Reference Number: E/3278
II.1.2) Main CPV Code:
34940000 - Railway equipment.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The University of Leeds is undertaking a procurement exercise to appoint a contractor to design, supply, install and maintain specialist mechanical and electrical equipment for two major rail research projects. The two projects under this notice are for 1) Infrastructure Testing Facility (ITF) and 2) Vehicle Testing Facility (VTF). The delivery of the projects will involve relationships with the existing University of Leeds Estate, Academics, Design Consultants, Leeds City Council, HS2 and Network Rail. The University will undertake an OJEU Competitive Dialogue Procedure for the equipment.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Infrastructure Testing Facility (ITF)
Lot No: 1
II.2.2) Additional CPV codes:
34940000 - Railway equipment.

II.2.3) Place of performance:
UKE42 Leeds

II.2.4) Description of procurement: The high speed rail Infrastructure Testing Facility (ITF) is an outdoor structure for the testing of railway track components and earth embankments. The testing rig will incorporate hydraulic actuators located on a reaction beam, to apply downward dynamic vertical loads onto stationary embankment structures. The reaction beam will be 10m long and its vertical position changeable between heights of 0-3m (via a guide and motive system), to accommodate the testing of different embankment heights. Once locked in position, vertical forces will be generated by actuators spaced at 0.65m centres along its length, meaning the beam must have sufficient vertical stiffness to allow for the precise and accurate control of actuators. The actuators will mimic a high speed moving load by operating in sequence according to specifications (frequency and force). The reaction beam will be supported by columns at each end.
The frame-to-beam connections require design, however the columns and their foundations will be designed separately by an alternative consultant as part of the civils work contract. In-built craneage capability will be required to lift 5-10t loads onto the embankment samples. Control systems will be required for the crane, frame movement and hydraulic actuators. A hydraulic power unit, piping and cooling is also required, the housing and service duct work will be supplied by the civils contract for the hydraulic power unit. Data acquisition and cabling is needed to monitor future test samples.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: Options and variants will be addressed in the tender documentation
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2

II.2.1) Title: Vehicle Testing Facility
Lot No: 2
II.2.2) Additional CPV codes:
34940000 - Railway equipment.

II.2.3) Place of performance:
UKE42 Leeds

II.2.4) Description of procurement: The Vehicle Testing Facility (VTF) is a full scale roller rig for the testing of rail vehicles. The delivery of the VTF is expected to comprise two stages. Stage 1 will consist of the assembly with which to excite the wheels on the vehicle leading bogie through track displacements representative of those encountered on the network. Stage 2 will deliver an equivalent assembly to be located under the trailing bogie of the vehicle on test. Prospective bidders will be required to submit proposals for the design, supply, installation and maintenance of Stage 1 and proposals for the design of Stage 2. The wheels of the vehicle will each be supported on a table mounted roller that has sufficient kinematic freedom to replicate design changes in track geometry along with irregularities. The tables must also be able to accommodate change in wheelset and bogie centre distances along with change in gauge. It envisaged that table motion will be hydraulically controlled. The roller table – ground reaction connection will also form part of the design. Vehicle body motion due to cornering and traction will be provided through compliant reaction frames that will permit the body to respond to the rail inputs. The roller tables will be mounted on a substantial inertial mass. The specification of this mass and its geometry will form part of the civils design, however, the installation of this component will be undertaken by a third party and will be installed as part of a civils work contract. Integrated control of the traction motors and VTF is essential. It is proposed that the wheelsets be driven by either the on-vehicle traction system or in the case of a free running wheelset, by the rig mounted traction drives. This provides the facility to accelerate / decelerate the bogie / vehicle in-line with its operational duty cycle. A data acquisition system will also be provided that is capable of recording a representative range of vehicle responses. The delivery will also provide the hydraulic power pack and pipework for the VTF. This power pack (HPU) may be shared with ITF but at this early stage this cannot be guaranteed due to adjacencies of the buildings on the masterplan for the new site.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates: Stated in tender documentation
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: Variants and options will be addressed in the tender documentation
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description COMPETITIVE_DIALOGUE
IV.1.1) Type of procedure:Competitive dialogue

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.

IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2018/S 98 - 222915
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/09/2018 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 12



Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Railway-equipment./945NKN64WA

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/945NKN64WA
VI.4) Procedures for review
VI.4.1) Review body:
High Courts of England & Wales
Strand, London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
University of Leeds
Purchasing Office, 1 - 3 Lifton Villas, Lifton Place, Leeds, LS2 9JZ, United Kingdom
Tel. +44 1133434104
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
University of Leeds
Purchasing Office, 1 - 3 Lifton Villas, Lifton Place, Leeds, LS2 9JZ, United Kingdom
Tel. +44 1133434104
VI.5) Date Of Dispatch Of This Notice: 09/08/2018

Annex A


III) Addresses and contact points to which tenders/requests to participate must be sent:
University of Leeds
Purchasing Office, 1 - 3 Lifton Villas, Lifton Place, Leeds, LS2 9JZ, United Kingdom
Tel. +44 1133431810, Email: m.a.whitworth@adm.leeds.ac.uk
Contact: Maggie Whitworth
Main Address: https://www.leeds.ac.uk, Address of the buyer profile: www.leeds.ac.uk
NUTS Code: UKE42