Section one: Contracting authority
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
kerry.kniveton@networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.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://www.networkrail.bravosolution.co.uk/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Railway Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CP7 Eastern Region Renewals and Minor Enhancements
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Network Rail propose to procure renewals and minor enhancement adopting an integrated multi-discipline rail system approach that is flexible with a focus on productivity and passenger outcomes.
Network Rail has set 5 strategic focus areas – a railway system approach; capabilities; productivity; collaborative behaviours; and sustainability. All these focus areas support the Agile Client Eastern (ACE) Capital Delivery operating model. Further information on the ACE operating model can be found within the Procurement Documents.
Two Partnerships (North/South) will be created in the Eastern region. Key to their success will be aligned objectives and collaborative behaviours, where Network Rail will create competitive tension and adopt an incentivisation mechanism that will drive enhanced performance whilst fostering a culture of continuous improvement, quality driven outputs and delivering innovative solutions.
The partners can undertake works and/or services in relation to the scope of their Lot and in addition undertake those works as part of Work Orders led by other partners. For example, the Structures, Geotechnics and Buildings partner can undertake the Structures, Geotechnics and Buildings works associated with a Signalling or OLE Works Order.
In addition, where it provides value for money to do so for Network Rail, the partner may undertake works that are reasonably necessary to be supplied or installed contemporaneously with the Work Order. This could include but is not limited to the adjustment of Overhead Lines or track when undertaking a bridge replacement by a Lot 1 or 2 Structures, Geotechnics and Buildings partner.
The Framework terms and conditions will provide NR with the flexibility to request partners to undertake CP7 work bank projects in both the North and South partnership regions.
Network Rail is looking to appoint 14 construction partners to deliver the CP7 renewals and minor enhancement works across the Eastern Region. In addition, 5 secondary suppliers will also be appointed per Lot who sits outside the partnership. The partners will be appointed across 5 Lots as follows:-
Lot 1 Structures, Geotechnics & Buildings (North): 3 partners plus 1 secondary supplier
Lot 2 Structures, Geotechnics & Buildings (South): 3 partners plus 1 secondary supplier
Lot 3 Signalling and Telecoms North & South: 4 partners (2 per partnership region) plus 1 secondary supplier
Lot 4 Electrification & Power - Contact Systems North & South: 2 partners (1 per partnership region) plus 1 secondary supplier
Lot 5 Electrification & Power - Distribution and Plant North & South: 2 partners (1 per partnership region) plus 1 secondary supplier
The partners will be responsible for the design and construction works for the CP7 work bank for their respective Lot. The partners will be appointed via a Framework and a Partnering Agreement.
The partners may also be asked to undertake emergency works and services.
The Framework duration will be 5 years with an option to extend by a further 5 years with a 4-month mobilisation period and a further period to complete outstanding works.
The contract is divided into 5 Lots. Tenders may be submitted for a maximum of 2 Lots. The estimated total value of the Framework will be within the range of £3,500,000,000 to £4,000,000,000 for the 10-year duration.
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 maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Structures, Geotechnics & Buildings (North)
Lot No
1
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45210000 - Building construction work
- 45213320 - Construction work for buildings relating to railway transport
- 45213321 - Railway station construction work
- 45221112 - Railway bridge construction work
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Anglia, East Coast, East Midlands and North & East routes. See map included within Procurement Documents
two.2.4) Description of the procurement
Network Rail is looking to appoint construction partners to deliver the building & civils work bank. The scope of work type to be delivered includes but not limited to the following:-
Building/civils and associated mechanical and electrical works for: stations, depots, maintenance delivery units and lineside buildings
Structural works for: footbridges, overbridges, underbridges, tunnels, retaining walls and culverts
Geotechnic works for: earthwork cuttings and embankments, rock cuttings, drainage and piling.
The scope of works may also include Asbestos removal.
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: £850,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
64
This contract is subject to renewal
Yes
Description of renewals
The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 1 will be within the range of £750,000,000 to £850,000,000 for the 10-year duration.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Maximum number: 20
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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10 year framework duration.
two.2) Description
two.2.1) Title
Structures, Geotechnics & Buildings (South)
Lot No
2
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45210000 - Building construction work
- 45213320 - Construction work for buildings relating to railway transport
- 45213321 - Railway station construction work
- 45221112 - Railway bridge construction work
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Anglia, East Coast, East Midlands and North & East routes. See map included within Procurement Documents.
two.2.4) Description of the procurement
Network Rail is looking to appoint construction partners to deliver the building & civils work bank. The scope of work type to be delivered includes but not limited to the following:-
Building/civils and associated mechanical and electrical works for: stations, depots, maintenance delivery units and lineside buildings
Structural works for: footbridges, overbridges, underbridges, tunnels, retaining walls and culverts
Geotechnic works for: earthwork cuttings and embankments, rock cuttings, drainage and piling
The scope of works may also include Asbestos removal.
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: £850,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
64
This contract is subject to renewal
Yes
Description of renewals
The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 2 will be within the range of £750,000,000 to £850,000,000 for the 10-year duration.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
Selection criteria for the questions are provided in the 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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10 year framework duration.
two.2) Description
two.2.1) Title
Signalling & Telecoms
Lot No
3
two.2.2) Additional CPV code(s)
- 45234000 - Construction work for railways and cable transport systems
- 45234115 - Railway signalling works
- 45234116 - Track construction works
- 71311230 - Railway engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Anglia, East Coast, East Midland and North & East routes. See map included within Procurement Documents.
two.2.4) Description of the procurement
Network Rail is looking to appoint construction partners to deliver the signalling and telecoms work bank. The scope of work type to be delivered includes but not limited to the following:-
Refurb and partial: signal renewals, signal conversions, point conversion, track circuit conversions
Refurb: ground frame conversion to Ground Switch Panel (GSP), alterations to scalable IECC / West Cad, provision of staff protection systems, location case renewals including minor alterations to signalling power supplies, TDM renewals, removal of obsolete equipment – transmission (CCTV, TDM & FDM), targeting component renewals – HABDs / REBs, Provision of FTNX / FTNX points of presence in signalling equipment rooms (inc. REBs)
Partial: interlocking re-lock, interlocking re-control, re-platform of interlocking
Minor works: intelligent infrastructure installations, alterations to existing Solid State Interlockings (SSI), alterations to Track Protections Systems
Level crossings: level crossing Life Extension Works (LEW) for all types of crossings, level crossings renewals for all types of level crossings, conversion of mechanical winding barriers, conversion of level crossings interlockings to processor based systems
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
64
This contract is subject to renewal
Yes
Description of renewals
The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 3 will be within the range of £1,100,000,000 to £1,300,000,000 for the 10-year duration.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
Selection criteria for the questions are provided in the 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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration.
two.2) Description
two.2.1) Title
Electrification & Power - Contact Systems
Lot No
4
two.2.2) Additional CPV code(s)
- 45232210 - Overhead line construction
- 45234000 - Construction work for railways and cable transport systems
- 71311230 - Railway engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Anglia, East Coast, East Midlands and North & East routes. See map included within Procurement Documents.
two.2.4) Description of the procurement
Network Rail is looking to appoint construction partners to deliver the contact systems work bank. The scope of work type to be delivered includes but not limited to the following:-
AC Contact systems (OLE): OHL-Structure Renewal, structural, civils, overhead line installation, OLE design, structural assessment, design, refurbishment and renewal (as required), geotechnical assessment, OLE campaign changes, Insulator renewals (public areas / general campaign changes), dropper renewals, cantilever adjustments, OLE Re-wire, contact wire renewal (including the use of High Output plant (wiring trains)), catenary wire renewal (including the use of High Output plant (wiring trains)), crossovers (including potential re-design if required), section insulator, mid-life refurbishment, carrier wire style neutral section ,OLE power connections (switch relocation / redesign)
DC Contact systems: solid conductor beam refurbishment (+ bonding), alterations to existing Solid State Interlockings (SSI), alterations to Track Protections Systems
Other: pantograph monitoring systems, forensic analysis (root cause analysis of failures), isolation diagram corrections and reviews, legacy equipment renewal (design knowledge required), surveys e.g. drone, point cloud, etc. for structures, tunnel renewals (fixed overhead line equipment, steelwork), SCADA / isolations, reduced clearance locations resulting in flashovers
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: £480,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
64
This contract is subject to renewal
Yes
Description of renewals
The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 4 will be within the range of £450,000,000 to £480,000,000 for the 10-year duration.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 12
Objective criteria for choosing the limited number of candidates:
Selection criteria for the questions are provided in the 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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration.
two.2) Description
two.2.1) Title
Electrification & Power – Distribution & Plant
Lot No
5
two.2.2) Additional CPV code(s)
- 45234000 - Construction work for railways and cable transport systems
- 45315400 - High voltage installation work
- 45315600 - Low-voltage installation work
- 71311230 - Railway engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Anglia, East Coast, East Midlands and North & East routes. See map included within Procurement Documents.
two.2.4) Description of the procurement
Network Rail is looking to appoint construction partners to deliver the distribution and power work bank. The scope of work type to be delivered includes but not limited to the following:-
HV non-traction distribution, HV traction distribution plant, HV circuit breakers, Switchgear units, transformers, signalling power (inc. DNO supplies), lighting and associated LV distribution, LV non-traction distribution, walkway lighting and columns., operational lighting (buffer stops etc.), Rail yard lighting and columns, Tunnel lighting, Level crossing CCTV and lighting, Lineside operational equipment and monitoring devices (e.g. wheelchex and panchax, trackside drainage pumps (including tunnel drainage pumps) and ventilation, points heating systems (inc. DNO supplies, heat retainers, remote monitoring) Swing bridge controls replacement
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: £520,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
64
This contract is subject to renewal
Yes
Description of renewals
The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 5 will be within the range of £450,000,000 to £520,000,000 for the 10-year duration.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 12
Objective criteria for choosing the limited number of candidates:
Selection criteria for the questions are provided in the 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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration.
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.
Parent Company Guarantee may be required as part of this tender as detailed in the Procurement Documents.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Selection criteria as stated in the Procurement Documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the Procurement Documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See Procurement Documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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: 19
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Extended term is necessary due to: 1)upfront investment 2)Cultural/Organisational Alignment 3)Programme Flexibility 4)Working Practices 5)Standardisation 6)Skills Shortage
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: 2022/S 000-001269
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 May 2022
Local time
12:00pm
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: 12 (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
Additional information for section IV.2.1)
Please find the links to access previous PINs:
1. https://www.find-tender.service.gov.uk/Notice/013277-2021
2. https://www.find-tender.service.gov.uk/Notice/024158-2021
3. https://www.find-tender.service.gov.uk/Notice/001269-2022
Additional information:
To submit a PQQ for this Tender:
1. Register for a free account at https://networkrail.bravosolution.co.uk
2. Click the 'PQQs Open To All Suppliers' link. (These are Selection Questionnaires (SQ) open to any registered supplier). Click on the relevant PQQ to access the content. Click the 'Express Interest' button at the top of the page. This will move the PQQ into your 'My PQQs' page. (This is a secure area reserved for your projects only) You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ Details' box
3. Click 'My Response' under 'PQQ Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). You can use the 'Messages' function to communicate with Network Rail and seek any clarification. Follow the onscreen instructions to complete the PQQ. You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help or the eTendering help desk.
Expressions of interest must be submitted from the Participants' registered office address.
Successful Participants will be appointed to fulfil the duties of Principal Designer and Principal Contractor under the Construction (Design and Management) Regulations 2015.
Network Rail will assess the PQQs to produce a single shortlist of Participants for all lots at the Selection Stage and invite Participants to submit tenders.
After the conclusion of the initial evaluation of tenders Network Rail will produce a ranking of Participants that it intends to take forward to the negotiation stage if appropriate.
Prior to award Network Rail will re-assess the financial capacity tests to ensure that Participants have the required financial standing in relation to those lots or combination of lots where it is proposed to validate the tender.
Network Rail reserves the right, in its sole discretion, to exclude Participants at this stage or at PQQ stage.
Network Rail reserves the right:-
1. not to accept the highest scoring, or any, tender.
2. cancel the competition or part of it for any reason, and Participants’ costs will not be reimbursed.
3. not to award any contract as a result of this tendering exercise commenced by publication of this notice; and
4. to make whatever changes it may see fit to the content and structure of the tendering competition;
and in no circumstances will Network Rail be liable for any costs incurred by Participants.
Participants should note that tenders are submitted at the supplier's own cost and risk.
Further information is provided in the Procurement Documents
six.4) Procedures for review
six.4.1) Review body
see VI.4.3) below
see VI.4.3) below
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Network Rail will incorporate a minimum 10 calendar day standstill period at the point information on award of the contract is communicated to Participants.
Appeals must be lodged in accordance with the Utilities Contracts Regulations 2016 (SI 2015 No. 102) as amended.
Network Rail expressly reserves the right:
(i) not to award or enter into any contract as a result of the procurement process commenced by the publication of this notice;
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition;
(iii) to award one or more public contract(s) in relation to part only of the requirements covered by this notice; and/or
(iv) to award a contract(s) in stages.