Future opportunity

c2c Asset Building and Civils Framework

  • TRENITALIA C2C LIMITED

F04: Periodic indicative notice – utilities (periodic indicative notice only)

Notice reference: 2024/S 000-011523

Published 9 April 2024, 4:19pm



Section one: Contracting entity

one.1) Name and addresses

TRENITALIA C2C LIMITED

Centennium House,100 Lower Thames Street

LONDON

EC3R6DL

Contact

Fran Butterworth

Email

Fran.Butterworth@c2crail.net

Telephone

+44 1133015843

Country

United Kingdom

NUTS code

UKJ - South East (England)

Companies House

07897267

Internet address(es)

Main address

https://www.c2c-online.co.uk/

Buyer's address

https://www.risqs.org/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.risqs.org/

Additional information can be obtained from the above-mentioned address

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

c2c Asset Building and Civils Framework

Reference number

pro_56

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Trenitalia c2c Ltd ('c2c') has developed and agreed a 10-year Asset Management Plan covering the planned maintenance, repair and renewal works necessary to improve the condition and quality of their owned and leased existing assets, and any planned future assets that they are seeking to construct or maintain to support the management and maintenance of its portfolio of assets and property across the c2c route.

To deliver this programme of work, c2c recognise an efficient and robust procurement framework must be developed to ensure timely and quality delivery of each project. The procurement of works has historically been delivered through c2c's existing Minor Civils Framework or through ad-hoc tendering. The current Minor Civils Framework is due to expire shortly, and as such requires replacement to maintain an effective route to market for c2c's requirements.

c2c is intending to procure a multi-lot, multi-contractor Framework Contract over a 4-year term with optional extension periods of two individual 2-year periods to support the delivery of the associated Building and Civil Engineering works.

The purpose of this Framework will be to provide a compliant and efficient route to market for c2c to procure a pipeline of projects required to support the management and maintenance of its portfolio of assets and property across the c2c route.

c2c will utilise a Restricted Procedure in accordance with the Utilities Contract Regulations 2016 to procure the Framework Contract, which consists of the following Lots:

1: Multi-Disciplinary Building and Civils

2: Station Building and Roofing Works

3: Internal Station Improvement Works

4: Bridges

5: Ancillary Civils

6: Canopies

7: Platforms

The anticipated commencement date of the Framework is estimated to be August 2024. c2c are seeking contractors that are capable and experienced at operating within a rail environment as the nature of the works may include working adjacent to rail infrastructure and live station environments.

This Framework will be the first of three Framework tenders that c2c will be running to fulfil its long-term requirements. Following the procurement for this Building and Civils Framework, c2c will be tendering for a further two Frameworks:

- Mechanical, Electrical and Building Services Framework (est. £110m value with procurement commencing in June 2024)

- Construction Professional Services Framework (est. £20m value with procurement commencing in July 2024)

Each Framework will contain several lots based on the range of disciplines that might be required to support the delivery of c2c's pipeline of work. These disciplines will be discreet Framework Lots that will contain multiple suppliers qualified to deliver work, which will enable c2c to competitively tender and deliver projects efficiently and effectively.

If you would like more information about this procurement, please contact fran.butterworth@c2crail.net for access to a full tender briefing memorandum detailing supplementary material regarding this process.

two.1.5) Estimated total value

Value excluding VAT: £240,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 7

two.2) Description

two.2.1) Title

Multidisciplinary Building and Civils Works

Lot No

1

two.2.2) Additional CPV code(s)

  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Estimated Lot value (excluding VAT): £68 million (GBP).

This Lot covers the delivery of Multi-Disciplinary Building and Civil Engineering Works and/or any works which spans multiple lots across the Framework Contract. To be eligible to respond to this procurement, tenderers must be registered for the RICCL codes listed below. Tenderers are required to hold the following activity level accreditation for each RICCL code, unless stated otherwise:

• Q Design [DES]

• S Construction [CON]

• X Install [INS]

• Y Modify [MOD]

C.D.2.1 Roofing

C.D.2.11 Minor building works

C.D.2.3 External Walls

C.D.4.2 Major Station & Concourse roofs

C.D.2.5 Internal Walls & Partitions

C.D.2.7 Internal Finishes (walls, floor, ceiling)

C.C.1.1.2 Metallic structures (inc. cast iron) & steel fabrication

C.C.1.1.3 Masonry structures (inc. brickwork)

C.C.1.1.4 Reinforced concrete structures

C.C.1.1.6 Pre-cast concrete structures & pre-stressed concrete structures

C.C.3.4.8.6 Earthworks drainage

C.D.2.10 External works (drainage, inc. surface, foul & sewerage treatment)

C.C.3.2.12 Piling

C.C.3.4.8.3.1 Retaining walls - masonry

C.C.3.4.8.3.2 Retaining walls - concrete

C.C.3.4.8.3.5 Retaining walls - sheet pile

C.D.1.1 Foundations (piled)

C.D.1.2 Foundations (conventional)

C.D.8.3 Roadways

C.D.4.1 Canopies (stations & depots)

C.D.7.1 Platforms inc. copers, paving & tarmac

C.D.7.2 Platform face walls

C.D.3.1 - Sanitary Appliances & Disposal Installations (only the 'Design' 'Install' and 'Modify' activities are required)

C.D.3.2 - Water Installations (only the 'Design' 'Install' and 'Modify' activities are required)

C.D.3.5 - Electrical Installations (only the 'Design' 'Install' and 'Modify' activities are required)

D.E.1.1 - LV Switchgear (only the 'Design' 'Install' and 'Modify' activities are required)

D.E.3.1 - Lighting Equipment (inc. Luminaries & control equipment) (only the 'Design' 'Install' and 'Modify' activities are required)

D.E.3.2 - Lighting Support Equipment (only the 'Design' 'Install' and 'Modify' activities are required)

F.C.1.6 - Earthing and Bonding (only the 'Design' 'Install' and 'Modify' activities are required)

two.2.14) Additional information

Interested economic operators should refer to the Notice to economic operators of use by Trenitalia c2c Limited (c2c) of The Railway Industry Supplier Qualification Scheme (RISQS) contained on the c2c website: https://www.c2c-online.co.uk/suppliers/

To be eligible to respond to this Procurement, Tenderers must:

• Be a registered RISQS supplier;

• Have registered against the relevant RICCL codes for the Framework Lot(s) for which a Tenderer wishes to apply by 12pm on Friday 19th April 2024. Tenderers are permitted to participate in the SSQ stage prior to receiving full verification and/or audit certification from RISQS, but prior to the ITT submission deadline c2c expects that any contractor will be fully verified / audited for the relevant RICCL codes.

two.2) Description

two.2.1) Title

Station Building and Roofing Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 45261420 - Waterproofing work
  • 45262100 - Scaffolding work
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Estimated Lot value (excluding VAT): £6 million (GBP).

This Lot covers the delivery of Station Building and Roofing Works, which may include, but not be limited to, any structural works, maintenance and/or improvements required to the station superstructure and roof. To be eligible to respond to this procurement, tenderers must be registered for the RICCL codes listed below. Tenderers are required to hold the following activity level accreditation for each RICCL code, unless stated otherwise:

• Q Design [DES]

• S Construction [CON]

• X Install [INS]

• Y Modify [MOD]

C.C.3.2.2 Scaffolding (only the 'Service' activity is required)

C.C.3.2.26 Waterproofing (only the 'Design' and 'Construction' activities are required)

C.D.2.1 Roofing

C.D.2.11 Minor building works

C.D.2.3 External Walls

C.D.2.4 Windows & External Doors

C.D.4.2 Major Station & Concourse roofs

C.D.4.3 Specialist Doors & Windows (only the 'Design', 'Install', and 'Modify' activities are required)

C.D.4.4 Roller Shutters & Security Grills (only the 'Design', 'Install', and 'Modify' activities are required)

two.2.14) Additional information

Interested economic operators should refer to the Notice to economic operators of use by Trenitalia c2c Limited (c2c) of The Railway Industry Supplier Qualification Scheme (RISQS) contained on the c2c website: https://www.c2c-online.co.uk/suppliers/

To be eligible to respond to this Procurement, Tenderers must:

• Be a registered RISQS supplier;

• Have registered against the relevant RICCL codes for the Framework Lot(s) for which a Tenderer wishes to apply by 12pm on Friday 19th April 2024. Tenderers are permitted to participate in the SSQ stage prior to receiving full verification and/or audit certification from RISQS, but prior to the ITT submission deadline c2c expects that any contractor will be fully verified / audited for the relevant RICCL codes.

two.2) Description

two.2.1) Title

Internal Station Improvement Works

Lot No

3

two.2.2) Additional CPV code(s)

  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 45421100 - Installation of doors and windows and related components
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Estimated Lot value (excluding VAT): £4 million (GBP).

This Lot covers the delivery of internal station improvement works, which may include, but not be limited to, any structural works such as Windows, Doors and Internal Walls, maintenance and/or improvements required inside the station. To be eligible to respond to this procurement, tenderers must be registered for the RICCL codes listed below. Tenderers are required to hold the following activity level accreditation for each RICCL code, unless stated otherwise:

• Q Design [DES]

• S Construction [CON]

• X Install [INS]

• Y Modify [MOD]

C.D.2.4 Windows & External Doors

C.D.2.5 Internal Walls & Partitions

C.D.2.6 Internal Doors

C.D.2.7 Internal Finishes (walls, floor, ceiling)

C.D.3.1 Sanitary appliances & disposal installations (only the 'Design', 'Install', and 'Modify' activities are required)

C.D.3.2 - Water Installations (only the 'Design', 'Install', and 'Modify' activities are required)

C.D.3.5 - Electrical Installations (only the 'Design', 'Install', and 'Modify' activities are required)

two.2.14) Additional information

Interested economic operators should refer to the Notice to economic operators of use by Trenitalia c2c Limited (c2c) of The Railway Industry Supplier Qualification Scheme (RISQS) contained on the c2c website: https://www.c2c-online.co.uk/suppliers/

To be eligible to respond to this Procurement, Tenderers must:

• Be a registered RISQS supplier;

• Have registered against the relevant RICCL codes for the Framework Lot(s) for which a Tenderer wishes to apply by 12pm on Friday 19th April 2024. Tenderers are permitted to participate in the SSQ stage prior to receiving full verification and/or audit certification from RISQS, but prior to the ITT submission deadline c2c expects that any contractor will be fully verified / audited for the relevant RICCL codes.

two.2) Description

two.2.1) Title

Bridges

Lot No

4

two.2.2) Additional CPV code(s)

  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 45221100 - Construction work for bridges
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Estimated Lot value (excluding VAT): £39 million (GBP).

This Lot covers the delivery of bridges Works, which may include, but not be limited to, any structural works for Metallic, Masonry and concreate structures, maintenance and/or improvements required to the identified bridges. To be eligible to respond to this procurement, tenderers must be registered for the RICCL codes listed below. Tenderers are required to hold the following activity level accreditation for each RICCL code, unless stated otherwise:

• Q Design [DES]

• S Construction [CON]

• X Install [INS]

• Y Modify [MOD]

C.C.1.1.2 Metallic structures (inc. cast iron) & steel fabrication

C.C.1.1.3 Masonry structures (inc. brickwork)

C.C.1.1.4 Reinforced concrete structures

C.C.1.1.5 Fibre reinforced polymer (FRP) strengthening & renewal

C.C.1.1.6 Pre-cast concrete structures & pre-stressed concrete structures

two.2.14) Additional information

Interested economic operators should refer to the Notice to economic operators of use by Trenitalia c2c Limited (c2c) of The Railway Industry Supplier Qualification Scheme (RISQS) contained on the c2c website: https://www.c2c-online.co.uk/suppliers/

To be eligible to respond to this Procurement, Tenderers must:

• Be a registered RISQS supplier;

• Have registered against the relevant RICCL codes for the Framework Lot(s) for which a Tenderer wishes to apply by 12pm on Friday 19th April 2024. Tenderers are permitted to participate in the SSQ stage prior to receiving full verification and/or audit certification from RISQS, but prior to the ITT submission deadline c2c expects that any contractor will be fully verified / audited for the relevant RICCL codes.

two.2) Description

two.2.1) Title

Ancillary Civils

Lot No

5

two.2.2) Additional CPV code(s)

  • 34928200 - Fences
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 45112700 - Landscaping work
  • 45213312 - Car park building construction work
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45233161 - Footpath construction work
  • 45262210 - Foundation work
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Estimated Lot value (excluding VAT): £15 million (GBP).

This Lot covers ancillary works including but not limited drainage, groundworks and landscaping. To be eligible to respond to this procurement, tenderers must be registered for the RICCL codes listed below. Tenderers are required to hold the following activity level accreditation for each RICCL code, unless stated otherwise:

• Q Design [DES]

• S Construction [CON]

• X Install [INS]

• Y Modify [MOD]

C.C.3.2.6 Drain clearance and water jetting (only the 'Service' activity is required)

C.C.3.4.8.6 Earthworks drainage

C.D.2.10 External works (drainage, inc. surface, foul & sewerage treatment)

C.C.3.2.12 Piling

C.C.3.2.9 Concrete services (drilling & cutting) (only the 'Service' activity is required)

C.C.3.4.8.3.1 Retaining walls - masonry

C.C.3.4.8.3.2 Retaining walls - concrete

C.C.3.4.8.3.5 Retaining walls - sheet pile

C.D.1.1 Foundations (piled)

C.D.1.2 Foundations (conventional)

C.D.2.4 Equipment foundations

C.D.8.3 Roadways

C.C.3.4.7.12 Access way & steps

C.C.3.4.7.3 Metal fences

C.C.3.4.7.4 Plastic fences

C.C.3.4.7.5 Boundary gates

C.C.3.4.7.8 Noise barriers

C.D.2.9 External works (paving and landscaping)

C.D.7.4 Raised walkways

C.D.8.2 Car and Cycle parks

two.2.14) Additional information

Interested economic operators should refer to the Notice to economic operators of use by Trenitalia c2c Limited (c2c) of The Railway Industry Supplier Qualification Scheme (RISQS) contained on the c2c website: https://www.c2c-online.co.uk/suppliers/

To be eligible to respond to this Procurement, Tenderers must:

• Be a registered RISQS supplier;

• Have registered against the relevant RICCL codes for the Framework Lot(s) for which a Tenderer wishes to apply by 12pm on Friday 19th April 2024. Tenderers are permitted to participate in the SSQ stage prior to receiving full verification and/or audit certification from RISQS, but prior to the ITT submission deadline c2c expects that any contractor will be fully verified / audited for the relevant RICCL codes.

two.2) Description

two.2.1) Title

Canopies

Lot No

6

two.2.2) Additional CPV code(s)

  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Estimated Lot value (excluding VAT): £13 million (GBP).

This Lot covers the delivery of Canopies, which may include, but not be limited to, any roped access, Pigeon control and/or improvements required to the canopies. To be eligible to respond to this procurement, tenderers must be registered for the RICCL codes listed below. Tenderers are required to hold the following activity level accreditation for each RICCL code, unless stated otherwise:

• Q Design [DES]

• S Construction [CON]

• X Install [INS]

• Y Modify [MOD]

C.C.3.2.1 Roped Access (only the 'Service' activity is required)

C.D.4.1 Canopies (stations & depots)

two.2.14) Additional information

Interested economic operators should refer to the Notice to economic operators of use by Trenitalia c2c Limited (c2c) of The Railway Industry Supplier Qualification Scheme (RISQS) contained on the c2c website: https://www.c2c-online.co.uk/suppliers/

To be eligible to respond to this Procurement, Tenderers must:

• Be a registered RISQS supplier;

• Have registered against the relevant RICCL codes for the Framework Lot(s) for which a Tenderer wishes to apply by 12pm on Friday 19th April 2024. Tenderers are permitted to participate in the SSQ stage prior to receiving full verification and/or audit certification from RISQS, but prior to the ITT submission deadline c2c expects that any contractor will be fully verified / audited for the relevant RICCL codes.

two.2) Description

two.2.1) Title

Platforms

Lot No

7

two.2.2) Additional CPV code(s)

  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Estimated Lot value (excluding VAT): £95 million (GBP).

This Lot covers the delivery of Platform Works, which may include, but not be limited to, any structural works to platform walls, maintenance and/or improvements required to the station platforms. To be eligible to respond to this procurement, tenderers must be registered for the RICCL codes listed below. Tenderers are required to hold the following activity level accreditation for each RICCL code, unless stated otherwise:

• Q Design [DES]

• S Construction [CON]

• X Install [INS]

• Y Modify [MOD]

C.D.7.1 Platforms inc. copers, paving & tarmac

C.D.7.2 Platform face walls

C.D.7.3 Modular platforms including trestle

two.2.14) Additional information

Interested economic operators should refer to the Notice to economic operators of use by Trenitalia c2c Limited (c2c) of The Railway Industry Supplier Qualification Scheme (RISQS) contained on the c2c website: https://www.c2c-online.co.uk/suppliers/

To be eligible to respond to this Procurement, Tenderers must:

• Be a registered RISQS supplier;

• Have registered against the relevant RICCL codes for the Framework Lot(s) for which a Tenderer wishes to apply by 12pm on Friday 19th April 2024. Tenderers are permitted to participate in the SSQ stage prior to receiving full verification and/or audit certification from RISQS, but prior to the ITT submission deadline c2c expects that any contractor will be fully verified / audited for the relevant RICCL codes.

two.3) Estimated date of publication of contract notice

19 April 2024


Section four. Procedure

four.1) Description

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 expressions of interest

Date

19 April 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.3) Additional information

For any further information about this procurement, please contact fran.butterworth@c2crail.net for access to a full tender briefing memorandum detailing supplementary material regarding this process.