Opportunity

MetroWest 1b - Portishead Branch Line Works

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice reference: 2021/S 000-010595

Published 13 May 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

Internet address(es)

Main address

https://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/guest/go/opportunity/detail?opportunityId=50657

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

MetroWest 1b - Portishead Branch Line Works

Reference number

140569

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

A multi-disciplinary works project for the re-opening of a passenger service between a new Portishead station and Bristol Temple Meads, including 5.5km of new railway to be constructed on disused line between Pill and Portishead.

Works comprise of, but not limited to, detail design, surveys, environmental & ecology, civils, track, highways, buildings, telecoms, M&E and E&P. Depending on funding and consents, the overall value range could be anywhere between £45million to £70million.

It is proposed to use a target cost contract (NR12) for a single procurement event for design & construct, where the construction implementation phases, amongst other items, will be held as an employer's option.

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

Multi-disciplinary railway works to bring into use a freight line for passenger use. Works comprise of, but not limited to, detail design, surveys, environmental & ecology, civils, track, highways, buildings, telecoms, M&E and E&P.

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

28 June 2024

This contract is subject to renewal

No

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

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

Criteria as stated 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

a) It is proposed to use a target cost contract (NR12) for a single procurement event for design & construct, where the construction implementation to handback phases (GRIP 6-8) will be held as an employer's option.

b) Whilst it is anticipated the railway control systems works are to be undertaken by others, Network Rail reserves the right, subject to funding & consents, to include and award in part or in full these works within this procurement event.

Where there is a technological requirement, signalling works will directly contracted by Network Rail. The CR-T identifies the core signalling civils scope (CR-T section 4.3.9) that is included in this contract.

Signalling and associated elements that are not identified in CR-T section 4.3.9, signalling power and operational telecommunications (identified in CR-T section 4.11 signalling, 4.12.3 signalling power and 4.6.2.10 operational telecoms) are currently excluded from the scope of this PQQ whilst NR and the 3rd party funder are in discussions about how the work will be undertaken and who will undertake the work.

If the main design and build contractor is required to include any of this work as part of the overall scope, an information pack will be provided at ITT which will outline the scope and any specific requirements.

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

Criteria as stated 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

Selection criteria as stated in the procurement documents

three.1.6) Deposits and guarantees required

Parent Company Guarantee and collateral warranty or warranties.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Selection criteria as stated 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

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Selection criteria as stated in the procurement documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-003233

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

Date

11 June 2021

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

5 July 2021

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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Network Rail reserves the right to change any aspect of or terminate this procurement and/or consider alternative procurement options. Under no circumstances shall Network Rail incur any liability (costs or otherwise) arising from an organisation expressing an interest in, preparing responses to and/or participating in this procurement.

six.4) Procedures for review

six.4.1) Review body

The High Court

7 Rolls Building, Fetter Lane,

London

EC4A 1NL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Secretary of State for Transport

Whitehall

London

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Network Rail Infrastructure Limited

Western House

Swindon

Country

United Kingdom