Opportunity

Wales & Western CP7 Frameworks for Building and Civils Renewals Works

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice reference: 2022/S 000-008751

Published 31 March 2022, 9:17pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Email

james.tarr@networkrail.co.uk

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