Opportunity

Dawlish to Holcombe Cliff Resilience Works

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice reference: 2022/S 000-004208

Published 14 February 2022, 10:45pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Email

Sarabjit.Lota@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://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/web/login.html

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/web/login.html

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

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Dawlish to Holcombe Cliff Resilience Works

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

As part of the South West Rail Resilience Programme this phase 4 of the programme involves cliff resilience works between Dawlish to Holcombe.

The works involve civils, primarily, but not limited to, cliff stabilisation, rock anchors, netting of several cliffs along this railway route.

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Civils engineering works, primarily, but not limited to, cliff stabilisation, rock anchors, netting of several cliffs along this railway route.

Network Rail invites any interested Candidate/s to compete to undertake the design & construction for works outlined above together with associated any enabling works.

Any interested Candidate wishing to participate will be required to submit their responses to a pre-qualification exercise through our e-sourcing portal. Network Rail will shortlist the four highest scoring Candidates for the tender stage. The form of contract will be the NR12 Target Cost.

Network Rail will carry out a single tender event on a 2-stage basis with the aim to appoint the successful tenderer on the Stage 1 requirements. Progression to implementation (Stage 2) will be subject successful completion of Stage 1 deliverables including remaining within Network Rail’s Cost Plan. In the event, Network Rail’s Cost Plan is exceeded then Network Rail is under no obligation to proceed.

two.2.5) Award criteria

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

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

Start date

1 September 2022

End date

31 March 2023

This contract is subject to renewal

Yes

Description of renewals

Network Rail may instruct Stage 2 implementation works upon successful completion of Stage 1 deliverables.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Network Rail will hold the Stage 2 implementation (construction) works as an Employer's Option.

Network Rail reserves the right, to award the tender requirements in part or in full.

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.2.14) Additional information

These Works are dependent on funding availability and consents, thus the anticipated value range may vary between £15million to £25million. Any participation in this procurement event by the Candidate/s is undertaken with this knowledge in mind.

Network Rail reserves the right, to award the tender requirements in part or in full.


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 set out 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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As set out in the procurement documents.

three.1.6) Deposits and guarantees required

Network Rail will require a Parent Company Guarantee.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As set out in the procurement documents.

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

As set out in the procurement documents.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-029885

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

Date

15 March 2022

Local time

5:00pm

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

11 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: 4 (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

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England & Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England & Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Network Rail will observe a standstill period following the award of the contract and conduct itself in respect of any review procedure in accordance with the Utilities Contracts Regulations 2016.

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

Network Rail Infrastructure Ltd

Western House, 1 Holbrook Way

Swindon

SN1 1BD

Country

United Kingdom