Skip to main content.

University of Leeds: 3278 - Design, Supply, Installation, Commissioning and Maintenance of Railway Systems Testing Equipment

  University of Leeds is using Delta eSourcing to run this tender exercise

Notice Summary
Title: 3278 - Design, Supply, Installation, Commissioning and Maintenance of Railway Systems Testing Equipment
Notice type: Contract Notice
Authority: University of Leeds
Nature of contract: Supplies
Procedure: Competitive Dialogue
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.
Published: 09/08/2018 16:42
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

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

View any Notice Addenda

3278 - Design, Supply, Installation, Commissioning and Maintenance of Railway Systems Testing Equipment

UK-Leeds: Railway equipment.

Section I: Contracting authority/entity (as stated in the original notice)

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

Section II: Object (as stated in the original notice)

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.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 18/09/2018

VI.6) Original notice reference:

   Notice Reference:    2018 - 227464   
   Notice number in OJ S:    2018/S 155 - 355002
   Date of dispatch of the original notice: 09/08/2018

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2          
         Place of text to be modified: IV.2.2          
         Instead of:
         Date: 14/09/2018         
         Local Time: 12:00          
         Read:
         Date: 17/09/2018         
         Local Time: 12:00                   
   
VII.2) Other additional information: The closing date of the tender was amended in our portal on 17.09.201. The original closing date was stated in the OJEU contract notice to be the 14.09.2018, the closing date was amended to be the 17.09.2018. This was not undertaken at the request of any outside party or vendor, but because of a technical error on the tendering portal.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=346177170


View Award Notice

UK-Leeds: Railway equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   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 AWARD OF A CONTRACT by The University of Leeds 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).

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 12,901,836
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Infrastructure Testing Facility (ITF)   
      Lot No:1

      II.2.2) Additional CPV code(s):
            34940000 - Railway equipment.


      II.2.3) Place of performance
      Nuts code:
      UKE42 - Leeds
   
      Main site or place of performance:
      Leeds
             

      II.2.4) Description of the procurement: THE AWARD OF A CONTRACT FOR AN INFRASTRUCTURE TESTING FACILITY.
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.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical Solution / Weighting: 40
      Quality criterion - Name: Aftersales Service & Technical Support / Weighting: 20
      Quality criterion - Name: Project Management Proposal / Weighting: 15
      Quality criterion - Name: Lead Time/Project Schedules / Weighting: 15
      Quality criterion - Name: Sustainability / Weighting: 10
                  
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Options and variants will be addressed in the tender documentation

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Vehicle Testing Facility (VTF)   
      Lot No:2

      II.2.2) Additional CPV code(s):
            34940000 - Railway equipment.


      II.2.3) Place of performance
      Nuts code:
      UKE42 - Leeds
   
      Main site or place of performance:
      Leeds
             

      II.2.4) Description of the procurement: THE AWARD OF A CONTRACT FOR THE PROVISION OF A VEHICLE TESTING FACILITY
The Vehicle Testing Facility (VTF) is a full scale roller rig for the testing of rail vehicles.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical Solution / Weighting: 40
      Quality criterion - Name: Aftersales Service & Technical Support / Weighting: 20
      Quality criterion - Name: Project Managment Proposal / Weighting: 15
      Quality criterion - Name: Lead Time/Project Schedules / Weighting: 15
      Quality criterion - Name: Sustainability / Weighting: 10
                  
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Variants and options will be addressed in the tender documentation

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2018/S 155-355002
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 3278    
   Lot Number: 1    
   Title: Infrastructure Testing Faciltiy

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/08/2019

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Servotest Testing Systems Limited
             Unit 2, Alpha Way, Thorpe Industrial Estate, Egham, TW20 8RZ, United Kingdom
             Tel. +44 1784274410, Email: info@servotestsystems.com
             NUTS Code: UKJ25
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 3,821,836
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 3278/2    
   Lot Number: 2    
   Title: Vehicle Testing Facility

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/08/2019

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Heinrich Georg (UK) Ltd
             Unit 8, Dunstall Hill Estate, Gorsebrook Road, Wolverhamption, WV6 0PJ, United Kingdom
             Tel. +44 1902715110, Email: enquiries@georguk.com
             NUTS Code: UKG39
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 9,080,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=429302884

   VI.4) Procedures for review

      VI.4.1) Review body
          High Courts of England & Wales
          Strand, London, United Kingdom
          Tel. +44 97476000

      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 1133431810, Email: m.a.whitworth@adm.leeds.ac.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          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

   VI.5) Date of dispatch of this notice: 11/11/2019