Opportunity

Energy Efficiency Delivery Framework

  • Network Rail Infrastructure Ltd

F02: Contract notice

Notice reference: 2022/S 000-001665

Published 19 January 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Email

Nikki.Hunter@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://networkrail.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://networkrail.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Energy Efficiency Delivery Framework

two.1.2) Main CPV code

  • 71314000 - Energy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Network Rail (NR) owns, operates, and develops Britain’s railway infrastructure. That is 20,000 miles of track, 30,000 bridges, tunnels and viaducts and the thousands of signals, level crossings and stations. We manage 20 of the UK's largest stations while all the others, over 2,500, are currently managed by the country’s train operating companies.

NR are undertaking a Decarbonisation/ Energy Efficiency Programme across a range of built assets in all Regions. We have already completed over 150 energy audits so far and identified significant potential to reduce carbon and energy use.

NR aim to set up a framework that can be used for undertaking ‘common interventions’ that have been identified to help NR meet its energy efficiency targets. This will include the design, installation, and commissioning of the energy efficiency interventions identified by NR.

The objective is to award to one supplier per lot per region. The five Network Rail regions are Eastern, Northwest & Central, Scotland's Railway, Southern and Wales & Western.

List of the LOTS

Upgrade to BEMS 

Upgrade Heating and Cooling Systems 

Lighting 

Upgrade Air Handling Units  

Upgrade Building Fabric 

Renewable Energy Generation 

Water efficiency measures 

Utility Meter Installation 

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Upgrade to BEMS (Building Energy Management System)

Lot No

1

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Upgrade BEMS Infrastructure

Upgrade Controls Software

Standardise Schedules/ Set Points

Connect plant into BEMS

Upgrade main incoming and sub-metering, export data to BEMS (Gas, Electric, Heat, Cooling, and water)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

The top three suppliers per lot per region will be invited to to the ITT stage

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

1 year extension option

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Upgrade Heating and Cooling Systems

Lot No

2

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Migrate Variable Speed Drives (VSD) from fixed speed to variable

Upgrade Low Temperature Hot Water (LTHW) and/or Chilled Water (CHW) systems to be variable speed demand driven

Install insulation to pipework and other plant

Refurbish Heating and Cooling Systems

Upgrade Boilers

Upgrade Heat Rejection (Chillers, DX Split Units, VRF, etc)

Upgrade heating systems to Heat Pump Heat Generation (Air Source Heat Pumps (ASHPs) or Ground Source Heat Pumps)

Review opportunities for heat recovery from existing cooling demands.

Delivery of periodical maintenance to H&C systems

Deliver BAU maintenance of heating and cooling systems to maintain energy efficient performance

Delivery of forced air-cooling systems to appropriate assets

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

The top three scoring suppliers per lot, per region will be invited to the ITT

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

1 year option to extend

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lighting

Lot No

3

two.2.2) Additional CPV code(s)

  • 31500000 - Lighting equipment and electric lamps

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Remove existing lighting and replace with integrated control LEDs

Lighting Controls

Assess existing lighting control and introduce/ upgrade lighting control system. Design, supply, install, test, and commission suitable equipment, cabling and other infrastructure

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £7,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

Three suppliers per region, per lot will be invited to the ITT

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

1 year option to extend

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Upgrade Air Handling Units  

Lot No

4

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Upgrade Air Handling Units

Assess existing provision of AHUs. Propose rationalisation of AHU systems so that they run as a compatible integrated system controlled and monitored by the BEMS. Design, install, test and commission suitable equipment, cabling ductwork and other infrastructure

Delivery of periodical maintenance to AHU systems

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

one year option to extend

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Upgrade Building Fabric 

Lot No

5

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Install or upgrade insulation to the building fabric

Remove windows and replace with double/ multiple glazing

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

Three suppliers per lot per region will be invited to the tender stage

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

1 year option to extend

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Renewable Energy Generation 

Lot No

6

two.2.2) Additional CPV code(s)

  • 09330000 - Solar energy

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Install Photovoltaic (PV) Array (with / without battery) via capital or lease arrangements

Design, supply, install, test and commission suitable equipment, cabling, batteries, and other infrastructure required to provide an integrated and functioning PV System

The PV system can also consider ground mounted solar that includes car park canopies as well as roof structures.

Install Solar Thermal Array Via capital or lease arrangements

Review existing Domestic Hot Water (DHW) demand and assess feasibility and viability of solar thermal generation. Design, supply, install, test and commission suitable equipment, piping, cabling, batteries, and other infrastructure required to provide an integrated and functioning Solar Thermal System

Solar PV System Maintenance

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £14,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

1 year option to extend

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Water efficiency measures 

Lot No

7

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Upgrade/ Install urinal controls

Install and maintain rain/grey water harvesting

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

top 3 suppliers per lot per region

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

1 year option to extend

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Utility Meter Installation 

Lot No

8

two.2.2) Additional CPV code(s)

  • 38551000 - Energy meters

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Install and commission AMRs and Sub-meter ensuring connection and data flow to NR systems

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

top 3 suppliers per region, per lot will be invited to ITT

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

1 year option to extend

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in the Procurement Documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the Procurement Documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 40

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The contract is let under UCR 2016

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 February 2022

Local time

10:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

8 April 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

six.4) Procedures for review

six.4.1) Review body

Network Rail

London

Country

United Kingdom