Opportunity

Oxford Phase 2 Works - Botley Bridge, Platform 5, Track & Crossovers

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice reference: 2021/S 000-007990

Published 15 April 2021, 10:55pm



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

National registration number

02904587

Internet address(es)

Main address

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/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/esop/toolkit/opportunity/current/49937/detail.si

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/web/login.html

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Oxford Phase 2 Works - Botley Bridge, Platform 5, Track & Crossovers

Reference number

163390

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The proposed works cover a single stage tender for detail design and construction.

Network Rail reserves the right, subject to funding and consents, to award the Works in part or in full.

Primarily, the works involve installation of a new bridge span to accommodate the new Platform 5 track. Replacement of the main 4-track span of Botley Road bridge and the associated highway works required to provide compliant heights and gradients. Provision of new downside, twin-face platform (Platform 5), a full length platform canopy and new staff and passenger facilities on the platform (waiting room, toilets, retail outlets and TOC accommodation). A new western entrance to the station providing level access from Roger Dudman Way. Re-alignment of Roger Dudman Way and Cripley Road. High Speed Crossovers: Three 75mph high speed crossovers will be installed to replace the current 25mph crossovers at Oxford North Junction to support improved East West Rail service provision to the OXD lines.

two.1.5) Estimated total value

Value excluding VAT: £70,000,000

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

Package 2B: Track Works – High Speed Crossovers: Three 75mph high speed crossovers will be installed to replace the current 25mph crossovers at Oxford North Junction to support improved East West Rail service provision to the OXD lines. (Package 2B will be an employer's option and may be awarded to network rail framework contractor.)

Package 2C: Botley Road Bridge: Installation of a new bridge span to accommodate the new Platform 5 track. Replacement of the main 4-track span of Botley Road bridge and the associated highway works required to provide compliant heights and gradients. Improved pedestrian and cycle routes under Botley Road bridge and replacement of the Beckett Street footbridge.

Package 2D: Oxford Station works, Western Entrance & Track Works: Provision of new downside, twin-face platform (Platform 5), a full length platform canopy and new staff and passenger facilities on the platform (waiting room, toilets, retail outlets and TOC accommodation). A new western entrance to the station providing level access from Roger Dudman Way. Re-alignment of Roger Dudman Way and Cripley Road.

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

End date

31 December 2024

This contract is subject to renewal

No

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

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

As detailed in the procurement documents.

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 GRIP 6-8 construction (implementation) as an employer's option as further detailed in the procurement documents.

Network Rail reserves the right to remove from this event and award package 2B to a Network Rail framework contractor.

Network Rail reserves the right to introduce and award works associated with level crossing closures and new footbridges (Package 2A).

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

Date

26 April 2021

Local time

12:01pm

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

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom