Opportunity

Train Control Systems Framework

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice reference: 2023/S 000-007825

Published 17 March 2023, 12:35pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Email

DRTSProcurement@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

02904587

Internet address(es)

Main address

https://www.networkrail.co.uk

Buyer's address

https://networkrail.bravosolution.co.uk/web/login.html

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.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Train Control Systems Framework

Reference number

29248

two.1.2) Main CPV code

  • 45234115 - Railway signalling works

two.1.3) Type of contract

Works

two.1.4) Short description

Network Rail is responsible for maintaining, developing and operating Great Britain's (GB) railway infrastructure.Network Rail is an arm's length government owned company, whose capital investments are constrained by, and contribute to, the Public Sector Borrowing Requirement. Network Rail needs to improve the efficiency and effectiveness of its capital spend programmes.

NR recognises the opportunity afforded by signalling and is significantly investing in both conventional and digital signalling systems, with a significant programme of work being set out over the next two Control Periods (CP7 (from April 2024 to March 2029) / CP8 (April 2029 to March 2034)).Network Rail is committed to procuring signalling in a different way to drive benefits for the taxpayer, signalling market and wider UK.

The current national signalling workbank shows a significant pipeline across European Train Control System (ETCS) or related technologies and Conventional technologies through CP7 and CP8. Whilst a proportion of the Conventional signalling renewals in CP7 will be covered by existing frameworks, these expire during CP7. There is therefore a need for a new contracting route for Conventional signalling and ETCS signalling which will be used by NR's regions in support of their multi-disciplinary project and programme delivery plans.

NR is seeking to establish national Train Control System Frameworks (TCS Frameworks) for the delivery of major train control works and renewals to be delivered on the existing rail network comprising two lots:

Lot 1: TCS Framework - Conventional: Conventional signalling (either conventional or related technologies). Framework Suppliers will be required to provide a range of works and/or services covering design and build.

Lot 2: TCS Framework - Digital: Digital signalling (either ETCS or related technologies). Framework Suppliers will be required to provide a range of works and/or services covering design, build and ETCS maintenance support.

An indicative workbank for each Lot is provided for information only purposes as part of the procurement documents.

The TCSF frameworks will each have a duration of 10-years with an estimated value of approximately £4bn across both Lots.

Network Rail’s approach is looking to create long-term, national collaborative relationships with suppliers, whilst lowering barriers and investment required for suppliers to enter the market and providing a more certain visibility of pipeline and commitment. Network Rail intends to use the 10-year duration of these frameworks to build strategic longer-term collaborative relationships with suppliers, and with a strong focus on technology development and pipeline visibility to encourage new suppliers to market.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000,000

two.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: 2

two.2) Description

two.2.1) Title

TCS Framework – Conventional

Lot No

1

two.2.2) Additional CPV code(s)

  • 34632200 - Electrical signalling equipment for railways
  • 34632300 - Electrical installations for railways
  • 34941800 - Railway points
  • 34942000 - Signalling equipment
  • 34943000 - Train-monitoring system
  • 45234115 - Railway signalling works
  • 45316200 - Installation of signalling equipment
  • 71320000 - Engineering design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1: TCS Framework - Conventional relates to conventional signalling (either conventional or related technologies). Framework Suppliers will be required to provide a range of works and/or services covering design and build.

This framework will have a duration of 10-years with up to 4 suppliers to Lot 1: TCS Framework -Conventional.

Under the TCS Frameworks, Network Rail is looking to develop longer term, strategic relationships with framework suppliers, which includes providing increased certainty of work to be secured through achievement of a place on the frameworks.

A proportion of the works and/or services will be allocated to relevant suppliers from a workbank of conventional signalling projects on a direct award basis (subject to certain criteria) and the remainder of the works will be awarded using mini competition. Further details are set out in the draft framework contract provided as part of the procurement documents.

Works and/or services within the workbank may require works to proprietary equipment within the GB network which is subject to restrictions from a proprietary rights and/or intellectual property rights perspective such that only a particular supplier can undertake such works. A supplier appointed to the TCS Framework for Lot 1 will be obliged to observe fair conduct rules including to co-operate and engage in good faith with a proprietary works supplier (whether that proprietary works supplier is also appointed to the TCS Frameworks or not), other contractors appointed (directly or indirectly) by Network Rail delivering works and/or services as part of a wider scheme of which the TCS Lot 1 signalling works form part and NR, in order to ensure the successful and safe delivery of works and/or services on or in connection with the GB network. Any proprietary works supplier that is appointed to the TCS Frameworks will also be obliged to observe fair conduct rules. Further details are set out in the draft framework contract provided as part of the procurement documents.

Lot 1 will also enable the direct award of a contract by Network Rail to a proprietary works supplier that is appointed to the TCS Framework where works to proprietary equipment are required as part of a regional scheme being sourced otherwise than through delivered outside of the TCS Frameworks. Further details are set out in the draft framework contract provided as part of 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: £1,000,000,000

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

Envisaged minimum number: 6

Objective criteria for choosing the limited number of candidates:

As detailed within the published procurement documents

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

TCS Framework – Digital

Lot No

2

two.2.2) Additional CPV code(s)

  • 34632200 - Electrical signalling equipment for railways
  • 34632300 - Electrical installations for railways
  • 34941800 - Railway points
  • 34942000 - Signalling equipment
  • 34943000 - Train-monitoring system
  • 45234115 - Railway signalling works
  • 45316200 - Installation of signalling equipment
  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
  • 50220000 - Repair, maintenance and associated services related to railways and other equipment
  • 50312300 - Maintenance and repair of data network equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50324100 - System maintenance services
  • 50330000 - Maintenance services of telecommunications equipment
  • 71320000 - Engineering design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2: TCS Framework - Digital relates to digital signalling (either ETCS or related technologies). Framework Suppliers will be required to provide a range of works and/or services covering design, build and maintenance support. As part of this TCS Framework, Network Rail intends to enter into development commission contracts with each Framework Supplier to develop the supplier's ETCS solutions for the GB network and Network Rail intends to make a contribution to actual development costs up to a cap as will be detailed in the Framework Agreement.

This framework will have a duration of 10-years with up to 4 suppliers appointed to Lot 2: TCS Framework Digital - digital signalling framework..

Under the TCS Frameworks, Network Rail is looking to develop longer term, strategic relationships with framework suppliers, which includes providing increased certainty of work to be secured through achievement of a place on the frameworks.

A proportion of the works and/or services will be allocated to relevant suppliers from a workbank of digital signalling projects on a direct award basis (subject to certain criteria) and the remainder of the works will be awarded using mini competition. Further details are set out in the draft framework contract provided as part of the procurement documents.

Works and/or services within the workbank may require works to proprietary equipment within the GB network which is subject to restrictions from a proprietary rights and/or intellectual property rights perspective such that only a particular supplier can undertake such works. A supplier appointed to the TCS Framework for Lot 2 will be obliged to observe fair conduct rules including to co-operate and engage in good faith with a proprietary works supplier (whether that proprietary works supplier is also appointed to the TCS Frameworks or not), other contractors appointed (directly or indirectly) by Network Rail delivering works and/or services as part of a wider scheme of which the TCSF Lot 2 signalling works form part and NR, in order to ensure the successful and safe delivery of works and/or services on or in connection with the GB network. Any proprietary works supplier that is appointed to the TCS Frameworks will also be obliged to observe fair conduct rules. Further details are set out in the draft framework contract provided as part of the procurement documents.

This framework may also be utilised by East West Rail Limited.

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: £3,000,000,000

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

Envisaged minimum number: 6

Objective criteria for choosing the limited number of candidates:

As detailed within published procurement documents

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

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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As detailed in the Criteria & Scoring Document provided as part of 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 several operators

Envisaged maximum number of participants to the framework agreement: 4

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-006216

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

Date

21 April 2023

Local time

12:00pm

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

3 July 2023

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: 9 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Following previous market briefing event for this procurement (advertised by notice: 2022/S 000-019181), held on 20 July 2022, Network Rail finalised its sourcing strategy and the approach for this procurement event and held a further launch event on 10 March 2023 (advertised by notice: 2023/S 000-006216). A recording of the launch event on 10 March 2023 is available as part of the procurement documents.

The figure stated in II.1.5) Estimated total value relates to the maximum value for the duration of the frameworks.

The estimated total value ranges between £3bn and £4bn for both lots. Precise overall spend under the TCS Frameworks will depend on a number of factors including Control Period funding and the output of business case processes.

Lot 1 - Conventional: £750m - £1bn

Lot 2 - Digital: £2.25bn - £3bn

The figure stated in IV.1.3 relates to the envisaged maximum number of suppliers to be appointed to the framework agreement per Lot.

The TCSF frameworks are intended to be used for major conventional signalling projects and the delivery of ETCS.

Examples of conventional projects which may be commissioned under Lot 1: TCS Framework - Conventional include:

• Large/complex conventional signalling renewals for which the predominant discipline will typically be the signalling element; and

• Large/complex enhancement projects with major infrastructure alterations whereby the associated signalling and train control infrastructure is subject to major modifications or replaced.

In both examples, the signalling scope would be commissioned through Lot 1: TCS Framework - Conventional, and other disciplines / adjacent non-signalling infrastructure works if required would be sourced by Network Rail (via market competition or existing frameworks)

• Significant/complex signalling scope connected to the separate sourcing of the planning, with integration and design of the works under an enterprise style venture by the region.

In this example, the signalling scope would be commissioned through Lot 1: TCS Framework – Conventional but the appointed TCSF supplier would work on a day to day basis with the regionally appointed signalling integrator (acting on behalf of the client).

Other conventional signalling work will still be sourced by regional teams via separate arrangements outside of the Lot 1: TCS Framework – Conventional -whether signalling only or as part of a multi-disciplinary scheme. This scope of this conventional signalling work will typically comprise:

• Minor non-complex or medium complexity conventional signalling renewal or enhancement schemes which do not involve deployment of a new signalling system; and

• Large complex enhancement projects may be placed outside of the TCS framework Lot 1 but these will typically be where the predominant discipline is not the signalling element and/or where the signalling scope requires extensions to signalling system rather than major modifications or the deployment of a new signalling system.

Pre-qualification: Organisations wishing to express an interest in this opportunity must complete and submit a PQQ response by the date specified in Section IV.2.2. Submitting a response to this notice does not guarantee that a candidate will be invited to tender.Network Railreserves the right to disqualify any candidate who provides information or confirmations which later prove to be untrue or incorrect; does not supply the information required by the PQQ or as otherwise directed during the procurement event; or does not meet the criteria stated in the PQQ.

A pack of procurement documents (including the PQQ instructions and questionnaire) is being made available at https://networkrail.bravosolution.co.uk In order to access the procurement documents, interested organisations must register on the Bravo system (via the link above). If there are any difficulties in registering or accessing the procurement documents, please contact Network Rail via the email address stated in Section I.

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with the Utilities Contracts Regulations 2016, Network Rail will incorporate a minimum 10 calendar day standstill period prior to concluding the award of any framework contracts pursuant to this notice.