Tender

Southern Region Minor Works Buildings and Civils Framework

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice identifier: 2023/S 000-006373

Procurement identifier (OCID): ocds-h6vhtk-03ae31

Published 3 March 2023, 5:14pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Contact

Nathan Massingham

Email

Nathan.Massingham@networkrail.co.uk

Telephone

+44 7701057295

Country

United Kingdom

Region code

UKJ - South East (England)

Internet address(es)

Main address

www.networkrail.co.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=55880

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/esop/guest/go/opportunity/detail?opportunityId=55880

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

Southern Region Minor Works Buildings and Civils Framework

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Network Rail Southern Region intends to establish a single Minor Works Buildings and Civils Framework (MWF-B&C) that aligns with Network Rail’s requirements of prompt and efficient delivery of the CP7 and CP8 work banks, as well as rationalising several route-based frameworks into one Regional Framework, thus providing regional consistency on how this work is managed.

Once established, it is intended that the MWF-B&C will maximise productivity and efficiency through the use of modern methods of working, technology, collaboration, and relationship focused contracting. The proposed commercial model has been designed to support this intent.

Whilst the primary focus of the MWF-B&C will be unplanned, planned and cyclical maintenance works, there will also be the option where deemed appropriate for the delivery of non-complex, low value renewal projects.

The contracting strategy is to appoint 16 Delivery Partners under nine Lots that are aligned to disciplines and sub discipline work types. There will be two Generalist Lots, one covering Buildings (Lot 1) and one covering Civils (Lot 5), primarily aimed at delivering the unplanned (reactive) works, but with scope included to also deliver planned maintenance and project works. There will also be three specialist Buildings Lots (Lots 2 to 4) and four specialist Civils Lots (Lots 6 to 9) aimed at delivering the cyclical, planned maintenance and project works.

The number of Delivery Partners to be appointed to each Lot is detailed in the Instructions to Participants, which can be found in the procurement documents.

two.1.5) Estimated total value

Value excluding VAT: £1,730,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Lot No

Lot 1: Buildings Reactive Generalist

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45220000 - Engineering works and construction works
  • 45234100 - Railway construction works
  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71311230 - Railway engineering services
  • 71315000 - Building services
  • 71500000 - Construction-related services
  • 79420000 - Management-related services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

Delivery of unplanned (reactive) works, but with scope included to also deliver planned maintenance and project works, on buildings on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes.

The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail’s sole discretion.

The anticipated value range of the Lot for CP7 is £155m - £230m in CP7. The total anticipated value range across CP7 and CP8 is £310m - £460m. This is subject to change and more information on the value ranges is provided in the procurement documents.

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: £460,000,000

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

Duration in months

120

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:

Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender.

Network Rail intends to select three (3) applicants to the invitation to tender stage, provided each applicant satisfies the pre-qualification requirements.

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

two.2) Description

two.2.1) Title

Lot No

Lot 2: Buildings Fabric

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45220000 - Engineering works and construction works
  • 45223000 - Structures construction work
  • 45223100 - Assembly of metal structures
  • 45223110 - Installation of metal structures
  • 45223200 - Structural works
  • 45234100 - Railway construction works
  • 45262521 - Facing brickwork
  • 45262620 - Supporting walls
  • 45262650 - Cladding works
  • 45262700 - Building alteration work
  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71311230 - Railway engineering services
  • 71315000 - Building services
  • 71500000 - Construction-related services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

Delivery of the cyclical, planned maintenance, and project building fabric works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes.

The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail’s sole discretion.

The anticipated value range of the Lot for CP7 is £25m - £40m in CP7. The total anticipated value range across CP7 and CP8 is £50m - £80m. This is subject to change and more information on the value ranges is provided in the procurement documents.

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: £80,000,000

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

Duration in months

120

This contract is subject to renewal

No

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

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender.

Network Rail intends to select four (4) applicants to the invitation to tender (ITT) stage, provided each applicant satisfies the pre-qualification requirements. However, Network Rail recognise that there may at times be a requirement to increase the number of applicants shortlisted to ITT within this Lot to ensure that Network Rail is able to make a sufficient number of awards. As such, a maximum of seven (7) applicants may be selected to ITT as required, provided each applicant satisfies the pre-qualification requirements. Full information on this is provided within the Instructions to Participants document.

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

two.2) Description

two.2.1) Title

Lot No

Lot 3: Buildings Services

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45220000 - Engineering works and construction works
  • 45234100 - Railway construction works
  • 45262700 - Building alteration work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45312100 - Fire-alarm system installation work
  • 45314000 - Installation of telecommunications equipment
  • 45350000 - Mechanical installations
  • 45351000 - Mechanical engineering installation works
  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51300000 - Installation services of communications equipment
  • 51511000 - Installation services of lifting and handling equipment, except lifts and escalators
  • 51700000 - Installation services of fire protection equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71311230 - Railway engineering services
  • 71315000 - Building services
  • 71334000 - Mechanical and electrical engineering services
  • 71500000 - Construction-related services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

Delivery of the cyclical, planned maintenance, and project building services works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes.

The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail’s sole discretion.

The anticipated value range of the Lot for CP7 is £25m - £40m in CP7. The total anticipated value range across CP7 and CP8 is £50m - £80m. This is subject to change and more information on the value ranges is provided in the procurement documents.

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: £80,000,000

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

Duration in months

120

This contract is subject to renewal

No

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

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender.

Network Rail intends to select four (4) applicants to the invitation to tender (ITT) stage, provided each applicant satisfies the pre-qualification requirements. However, Network Rail recognise that there may at times be a requirement to increase the number of applicants shortlisted to ITT within this Lot to ensure that Network Rail is able to make a sufficient number of awards. As such, a maximum of seven (7) applicants may be selected to ITT as required, provided each applicant satisfies the pre-qualification requirements. Full information on this is provided within the Instructions to Participants document.

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

two.2) Description

two.2.1) Title

Lot No

Lot 4: Buildings Roofing

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45220000 - Engineering works and construction works
  • 45234100 - Railway construction works
  • 45260000 - Roof works and other special trade construction works
  • 45261900 - Roof repair and maintenance work
  • 45262700 - Building alteration work
  • 50000000 - Repair and maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71311230 - Railway engineering services
  • 71315000 - Building services
  • 71500000 - Construction-related services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

Delivery of the cyclical, planned maintenance, and project building roof works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes.

The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail’s sole discretion.

The anticipated value range of the Lot for CP7 is £10m - £20m in CP7. The total anticipated value range across CP7 and CP8 is £20m - £40m. This is subject to change and more information on the value ranges is provided in the procurement documents.

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: £40,000,000

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

Duration in months

120

This contract is subject to renewal

No

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

Maximum number: 11

Objective criteria for choosing the limited number of candidates:

Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender.

Network Rail intends to select four (4) applicants to the invitation to tender (ITT) stage, provided each applicant satisfies the pre-qualification requirements. However, Network Rail recognise that there may at times be a requirement to increase the number of applicants shortlisted to ITT within this Lot to ensure that Network Rail is able to make a sufficient number of awards. As such, a maximum of eleven (11) applicants may be selected to ITT as required, provided each applicant satisfies the pre-qualification requirements. Full information on this is provided within the Instructions to Participants document.

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

two.2) Description

two.2.1) Title

Lot No

Lot 5: Civils Reactive Generalist

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45220000 - Engineering works and construction works
  • 45234100 - Railway construction works
  • 50000000 - Repair and maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71311230 - Railway engineering services
  • 71500000 - Construction-related services
  • 79420000 - Management-related services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

Delivery of unplanned (reactive) works, but with scope included to also deliver planned maintenance and project works, on civils assets on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes.

The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail’s sole discretion.

The anticipated value range of the Lot for CP7 is £130m - £180m in CP7. The total anticpated value range across CP7 and CP8 is £260m - £360m. This is subject to change and more information on the value ranges is provided in the procurement documents.

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: £360,000,000

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

Duration in months

120

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:

Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender.

Network Rail intends to select three (3) applicants to the invitation to tender stage, provided each applicant satisfies the pre-qualification requirements.

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

two.2) Description

two.2.1) Title

Lot No

Lot 6: Civils Metallic Structures

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45220000 - Engineering works and construction works
  • 45223000 - Structures construction work
  • 45223100 - Assembly of metal structures
  • 45223110 - Installation of metal structures
  • 45223200 - Structural works
  • 45234100 - Railway construction works
  • 50000000 - Repair and maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71311230 - Railway engineering services
  • 71500000 - Construction-related services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

Delivery of the cyclical, planned maintenance, and project civils metallic structure works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes.

The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail’s sole discretion.

The anticipated value range of the Lot for CP7 is £10m - £20m in CP7. The total anticipated value range across CP7 and CP8 is £20m - £40m. This is subject to change and more information on the value ranges is provided in the procurement documents.

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: £40,000,000

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

Duration in months

120

This contract is subject to renewal

No

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

Maximum number: 11

Objective criteria for choosing the limited number of candidates:

Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender.

Network Rail intends to select three (3) applicants to the invitation to tender (ITT) stage, provided each applicant satisfies the pre-qualification requirements. However, Network Rail recognise that there may at times be a requirement to increase the number of applicants shortlisted to ITT within this Lot to ensure that Network Rail is able to make a sufficient number of awards. As such, a maximum of eleven (11) applicants may be selected to ITT as required, provided each applicant satisfies the pre-qualification requirements. Full information on this is provided within the Instructions to Participants document.

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

two.2) Description

two.2.1) Title

Lot No

Lot 7: Civils Masonry

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45220000 - Engineering works and construction works
  • 45234100 - Railway construction works
  • 45262500 - Masonry and bricklaying work
  • 45262510 - Stonework
  • 45262521 - Facing brickwork
  • 50000000 - Repair and maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71311230 - Railway engineering services
  • 71500000 - Construction-related services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

Delivery of the cyclical, planned maintenance, and project civils masonry works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes.

The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail’s sole discretion.

The anticipated value range of the Lot for CP7 is £65m - £95m in CP7. The total anticipated value range across CP7 and CP8 is £130m - £190m. This is subject to change and more information on the value ranges is provided in the procurement documents.

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: £190,000,000

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

Duration in months

120

This contract is subject to renewal

No

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

Maximum number: 11

Objective criteria for choosing the limited number of candidates:

Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender.

Network Rail intends to select four (4) applicants to the invitation to tender (ITT) stage, provided each applicant satisfies the pre-qualification requirements. However, Network Rail recognise that there may at times be a requirement to increase the number of applicants shortlisted to ITT within this Lot to ensure that Network Rail is able to make a sufficient number of awards. As such, a maximum of eleven (11) applicants may be selected to ITT as required, provided each applicant satisfies the pre-qualification requirements. Full information on this is provided within the Instructions to Participants document.

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

two.2) Description

two.2.1) Title

Lot No

Lot 8: Drainage/Earthworks

two.2.2) Additional CPV code(s)

  • 45111240 - Ground-drainage work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45220000 - Engineering works and construction works
  • 45221220 - Culverts
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works
  • 45232453 - Drains construction work
  • 45234100 - Railway construction works
  • 50000000 - Repair and maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71311230 - Railway engineering services
  • 71500000 - Construction-related services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

Delivery of the cyclical, planned maintenance, and project civils drainage/earthworks works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes.

The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail’s sole discretion.

The anticipated value range of the Lot for CP7 is £25m - £40m in CP7. The total anticipated value range across CP7 and CP8 is £50m - £80m. This is subject to change and more information on the value ranges is provided in the procurement documents.

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: £80,000,000

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

Duration in months

120

This contract is subject to renewal

No

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

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender.

Network Rail intends to select four (4) applicants to the invitation to tender (ITT) stage, provided each applicant satisfies the pre-qualification requirements. However, Network Rail recognise that there may at times be a requirement to increase the number of applicants shortlisted to ITT within this Lot to ensure that Network Rail is able to make a sufficient number of awards. As such, a maximum of seven (7) applicants may be selected to ITT as required, provided each applicant satisfies the pre-qualification requirements. Full information on this is provided within the Instructions to Participants document.

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

two.2) Description

two.2.1) Title

Lot No

Lot 9: Off Track

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45220000 - Engineering works and construction works
  • 45234100 - Railway construction works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45342000 - Erection of fencing
  • 50000000 - Repair and maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71311230 - Railway engineering services
  • 71500000 - Construction-related services
  • 77211300 - Tree-clearing services
  • 77211400 - Tree-cutting services
  • 77211500 - Tree-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

Delivery of the cyclical, planned maintenance, and project civils off track works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes.

The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail’s sole discretion.

The anticipated value range of the Lot for CP7 is £120m - £180m in CP7. The total anticipated value range across CP7 and CP8 is £240m - £360m. This is subject to change and more information on the value ranges is provided in the procurement documents.

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: £360,000,000

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

Duration in months

120

This contract is subject to renewal

No

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

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender.

Network Rail intends to select six (6) applicants to the invitation to tender stage, provided each applicant satisfies the pre-qualification requirements.

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.1.2) 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

Applicants are referred to the procurement documents for information about Network Rail's rules and criteria for participation.

three.1.6) Deposits and guarantees required

A Parent Company Guarantee may be required. Please refer to the procurement documents for further details.

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

The main financing conditions, payment mechanism, performance standards and incentive mechanism are described in the procurement documents. The draft procurement documents are available via our electronic procurement system (BravoNR) and tender documents will be updated prior to the formal issue of the invitation to tender. The form of the contract governing these arrangements will be based on an amended version of the NR29.

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

Network Rail will accept pre-qualification and tender submissions from single entities or consortia. Network Rail does not require those consortia who intend to form a single legal entity to do so at the pre-qualification stage, however this shall be required at the point of contract award.

If consortia members change at any point during the procurement process, Network Rail reserves the right to revisit the pre-qualification stages to consider the impact of the updated information.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Applicants are referred to the procurement documents for further information.


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 several operators

Envisaged maximum number of participants to the framework agreement: 16

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

The Framework duration is 10-years. This is to align with the Southern Integrated Delivery (SID) which will be a fully integrated team of Network Rail and the supply chain and will own the entire renewals work bank and manage it at portfolio level. Aligning the framework duration to the SID will create synergies in the delivery of works, encourage investment, and support supply chain development.

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

21 March 2023

Local time

12:00pm

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

19 June 2023

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2029 - 2034

six.3) Additional information

The procurement documents are available via the link in Section I.3. These include the Instructions to Participants (which include general instructions, pre-qualification instructions and draft instructions to tender), information on scope, and the draft terms and conditions.

There are restrictions with regards to how many, and to which Lots a Candidate may submit an application for during prequalification. This is to increase competition and to encourage SME participation. Detail on these restrictions, as well as the desired number of Candidates Network Rail wishes to shortlist for ITT for each Lot, can be found in the Instructions to Participants.

Applicants are required to complete and submit a pre-qualification questionnaire in accordance with the Instructions to Participants by the date set out in Section IV.2.2 to express an interest in this opportunity.

This opportunity relates to the appointment of Delivery Partners to deliver unplanned (reactive) works, cyclical, planned maintenance, and project minor works on Buildings and Civils assets across the Southern Region.

The Lot 1 Delivery Partner may also be awarded works under Lot 2, Lot 3, Lot 4, and Lot 5.

The Lot 5 Delivery Partner may also be awarded works under Lot 1, Lot 6, Lot 7, Lot 8, and Lot 9.

Each Delivery Partner will operate under their own Principal Contractor License and will undertake both Principal Designer and Principal Contractor obligations under CDM regulations as required.

It is estimated that the total value of the Minor Works Buildings and Civils Framework may be in the region of £1.13 billion – £1.69 billion across all nine (9) Lots. The estimated Lot values are specified in Section II.2. As the work bank for CP8 is still to be defined, for the purposes of valuing this forthcoming opportunity Network Rail has assumed that the volume of work delivered within CP8 is aligned with CP7 current estimates.

Until the final determination of the CP7 Business Plan has been confirmed with the regulator (December 2023) the Lot values advertised remain indicative. Once the determination has been confirmed, the final Lot values will be communicated to all Tenderers.

Network Rail intends to include a guaranteed minimum spend to be allocated to each of the 9 Lots. Network Rail is seeking to commit 40% of the lower anticipated value range of the final Lot value communicated to be shared between each appointed Delivery Partner within the Lot. Any commitment provided applies to CP7 only. Further details are provided in the procurement documents.

All appointed Southern Integrated Delivery Business Partners may utilise this Framework Agreement, in such circumstances all call-off agreements will be administered under aligned Terms and Conditions.

Network Rail reserves the right to cancel or suspend this procurement process at any time without incurring any cost or liability. Network Rail shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed Contract. Network Rail does not bind itself to enter into any agreement arising from this Notice and no contractual rights express or implied arising out of this Notice or arise out of the procedure envisaged by this Notice.

Network Rail reserves the right to disqualify any organisation who provides information or confirmations which later prove to be untrue or incorrect, does not supply the information required by this Notice or as otherwise directed by Network Rail during the procurement process.

six.4) Procedures for review

six.4.1) Review body

The High Court

London

WC2A 1AA

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The High Court

London

WC2A 1AA

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Network Rail will incorporate a minimum 10 calendar day standstill period after notification to unsuccessful bidders and until such point will not enter into a contract for this requirement. 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.