Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
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
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