Opportunity

Network Rail Western & Wales Regional CP7 Period Telecoms Renewals Framework

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice reference: 2024/S 000-005879

Published 22 February 2024, 6:08pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Contact

Neil PATERSON

Email

Neil.Paterson@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

2904587

Internet address(es)

Main address

https://www.networkrail.co.uk

Buyer's address

https://networkrail.bravosolution.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

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

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

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Network Rail Western & Wales Regional CP7 Period Telecoms Renewals Framework

Reference number

pqq_3335 (itt_15796)

two.1.2) Main CPV code

  • 45314000 - Installation of telecommunications equipment

two.1.3) Type of contract

Works

two.1.4) Short description

Network Rail Infrastructure Ltd (“NR”) intends to tender for our Control Period 7 (CP7) Framework for the Telecoms Renewals Work Bank for the Wales & Western Region, consisting of

• Capital Delivery

o Operational Coms (Ops Coms) and

o Station Information and Security Systems Framework (SISS) and as an Option

• NR minor stations (operated by Great Western Railway) o SISS

two.1.5) Estimated total value

Value excluding VAT: £37,861,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32231000 - Closed-circuit television apparatus
  • 32323000 - Video monitors
  • 32344210 - Radio equipment
  • 32500000 - Telecommunications equipment and supplies
  • 35261000 - Information panels
  • 48810000 - Information systems
  • 48813200 - Real-time passenger information system
  • 48952000 - Public address systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

West London to (all of) Western & Wales (Railway) Regions

two.2.4) Description of the procurement

The Wales & Western Region consists of 2,700 miles of railway serving Wales, the Thames Valley, West of England and the South West Peninsula. It transports commuters to key employment hubs including London, Cardiff, Bristol, Birmingham, Manchester and Liverpool. It directly serves London Heathrow, Europe's busiest international airport and provides connections to Cardiff Bristol, Birmingham,

Manchester, and London Gatwick airports. It Supports leisure and tourism in all these areas and supports critical freight services, notably aggregates, moving millions of tonnes of freight every year.

The attached tender documents outline Network Rail’s aspirations for the procurement of our Control Period 7 (CP7) Framework for the Telecoms Renewals Work Bank for the Wales & Western Region, consisting of

• Capital Delivery

o Operational Coms (Ops Coms) and

o Station Information and Security Systems Framework (SISS) and

• NR minor stations (operated by Great Western Railway)

o SISS.

The framework will create strong relationships with asset-specific supplier partners, incentivised to design and deliver work bank packages to embrace SPEED (Swift, Pragmatic and Efficient Enhancement Delivery) principles, meet industry benchmarks, and to achieve the required business score card results. We will be seeking to procure a single asset specialist for the region.

The framework is the foundation stone of our journey to becoming an intelligent client, where we will be working collaboratively with high quality, trusted supply chain partners to develop, design and deliver the minimum viable products needed to achieve great outcomes for passengers, freight, and funders. This will be supported through a two-stage incentive model which firstly promotes great planning and design, then secondly through delivery. This will all work within the shared constraint of the Network Rail business plan, bringing all teams within the framework aligned to budgetary financial efficiency.

Being an intelligent client means we will be less prescriptive in our specifications, reduce duplication, manage risk appropriately throughout the process, and strengthen our assurance.

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 November 2024

End date

31 March 2029

This contract is subject to renewal

Yes

Description of renewals

The Framework can be renewed after the above period for up to a further 3 periods each of 12 months (1 + 1+1).

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

Envisaged minimum number: 4

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Network Rail will select a shortlist of 4 Candidates for ITT from the highest scoring PQQ compliant responses that successfully “pass” all of the pass/fail questions and will select the 5th Candidate for ITT if the 5th Candidate scores their PQQ compliant response provided they achieve a target score within 1.250% of the 4th ranked submission and that they successfully “pass” all of the pass/fail questions.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Selection of the economic operators to be invited to tender will be based on information provided in response to the PQQ. Please see the procurement documents which include the PQQ instructions and documents to be completed.

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

Selection of the economic operators to be invited to tender will be based on information provided in response to the PQQ. Please see the procurement documents which include the PQQ instructions and questionnaire to be completed.

three.1.6) Deposits and guarantees required

A Parent Company Guarantee will be required.

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

The main finance conditions, payment mechanisms, performance standards and incentive mechanisms are described in the various forms of contract described 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 8 years:

N/A

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: 2024/S 000-005794

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

Date

4 April 2024

Local time

12:00pm

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

14 May 2024

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.4) Procedures for review

six.4.1) Review body

Capital Delivery - SP&C

Western House, 6th Floor; 1 Holbrook Road,

Swindon. WILTS

SN1 1BY

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

Precise information on deadline(s) for review procedures: Network Rail will incorporate a minimum 10 calendar day standstill period after notification to unsuccessful tenderers and until such point will not conclude the framework. Part 5 of the Utilities Contracts Regulations 2016 sets out the remedies available to economic operators and provides for aggrieved economic operators to take action in the High Court of England and Wales.