Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
Telephone
+44 1908781000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.networkrail.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/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/web/login.html
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
Wales & Western CP7 Frameworks for Building and Civils Renewals Works
two.1.2) Main CPV code
- 45234100 - Railway construction works
two.1.3) Type of contract
Works
two.1.4) Short description
Network Rail intends to carry out a procurement exercise to establish framework agreements for the delivery of buildings and civils works across the Wales & Western Region. Five frameworks will cover Capital Delivery, Buildings and Civils Renewals and minor enhancements portfolios for Control Period 7 (CP7). The frameworks will cover the majority of the Buildings and Civils portfolios such as Structures, Geotechnical Off-track & Drainage and Stations & Buildings. The frameworks will run for 5 years with 3 optional one-year extensions.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000,000
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
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
A supplier may only be awarded one framework for Works in any one of Lots 1-4; Lot 5 may be awarded to one of the winners of Lots 1-4 or to a higher scoring fifth supplier; Winning any one of Lots 1-4 is not a pre-requisite for winning Lot 5.
two.2) Description
two.2.1) Title
Western Structures
Lot No
1
two.2.2) Additional CPV code(s)
- 45234100 - Railway construction works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Western Structures portfolio will cover the ongoing maintenance & renewals programme of civil engineering assets such as bridges, tunnels, retaining walls, culverts, scour works to piers & abutments, sea defences and estuarine works.
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: £450,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Network Rail envisages that the initial duration of the framework will be five years with options to extend by three further one-year extensions (5+1+1+1).
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
Wales Structures
Lot No
2
two.2.2) Additional CPV code(s)
- 45234100 - Railway construction works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Wales Structures portfolio will cover the ongoing maintenance & renewals programme of civil engineering assets such as bridges, tunnels, retaining walls, culverts, scour works to piers & abutments, sea defences and estuarine works.
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: £450,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Network Rail envisages that the initial duration of the framework will be five years with options to extend by three further one-year extensions (5+1+1+1).
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
Western Geotechnical Off-track & Drainage
Lot No
3
two.2.2) Additional CPV code(s)
- 45234100 - Railway construction works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Western Geotechnical Off-track & Drainage portfolio will cover the ongoing maintenance & renewals programme of civil engineering assets such as embankments, cuttings, remediation, coastal & estuarial defences and earthworks drainage.
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: £370,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Network Rail envisages that the initial duration of the framework will be five years with options to extend by three further one-year extensions (5+1+1+1).
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
Wales Geotechnical Off-track & Drainage
Lot No
4
two.2.2) Additional CPV code(s)
- 45234100 - Railway construction works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Wales Geotechnical Off-track & Drainage portfolio will cover the ongoing maintenance & renewals programme of civil engineering assets such as embankments, cuttings, remediation, coastal & estuarial defences and earthworks drainage.
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: £300,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Network Rail envisages that the initial duration of the framework will be five years with options to extend by three further one-year extensions (5+1+1+1).
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
Stations and Buildings
Lot No
5
two.2.2) Additional CPV code(s)
- 45234100 - Railway construction works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Stations and Buildings portfolio for the Wales and Western region will cover the ongoing maintenance / renewals programme of assets such as canopies, buildings, depots, public / passenger / operational rooms, platform furniture & structures, station information and security systems, building services, car parks and subways.
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: £430,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Network Rail envisages that the initial duration of the framework will be five years with options to extend by three further one-year extensions (5+1+1+1).
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 will require a 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.1.3) 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
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
20 April 2022
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 June 2022
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
Network Rail Infrastructure Ltd
Western House, 1 Holbrook Way
Swindon
SN1 1BD
Country
United Kingdom