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
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