Opportunity

Network Rail Eastern Routes Partnership Framework

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice reference: 2023/S 000-011567

Published 21 April 2023, 4:06pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Office

London

SE1 8SW

Contact

Megan Stirrup

Email

megan.stirrup@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.com

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

Network Rail Eastern Routes Partnership Framework

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Network Rail Infrastructure Ltd (NR) intends to select suppliers to the Eastern Routes Partnership (ERP) framework. The ERP is envisaged as the main route to market for the Eastern Region to deliver projects under NR's strategic business plan (SBP) as well as other projects with a core technical discipline. The geographical scope of the ERP is the Eastern Region (https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/).

To aid the supply chain in responding to the tender when it is released, NR is planning a series of ‘hot start’ briefings to help bid teams digest the commercial approach and delivery requirements of the ERP.

The initial term of the ERP is 5 years (plus a 2 month mobilisation) with an option to extend the ERP by yearly increments up to a further 5 years (as set out in the ERP).

The ERP is part of an ecosystem across the Eastern Region which may include arrangements for small schemes/reactive works and alternative options for standalone multi-disciplinary enhancements and/or major projects/programmes.

The ERP comprises two levels: Generalist and Specialist. The process for allocating projects is set out at Section VI.3.

NR is looking for contractors able to work with NR to establish the required collaborative behaviours under the ERP whilst acknowledging the challenging commercial environment. To this end as part of the ITT bidders will be required to undertake a behavioural assessment.

NR actively encourages SMEs, new entrants and/or discipline experts to participate in the process for the Specialist level. For the Generalist level, NR is looking to engage suppliers able to take on projects with increased complexity/stakeholder management and have the ability to deliver the volumes required against the desired unit rates to deliver the SBP.

The values for each Lot are estimates only, based on SBP budgets rather than delivery plan values. As such, they are not guaranteed and do not act as a minimum or maximum workbank value for the control period nor a guarantee as to volume split of work-type.

A Partnership Agreement sits alongside the ERP and comprises NR and the Generalist contractors. Specialist contractors may join the Partnership if the ERP is extended beyond the initial 5 years. The core Partnership aims are to: create a collaborative environment; hold NR and all Partner-contractors to account;; and undertake the efficiency challenge in delivering the ERP workbank safely.

The ERP includes a pain-gain incentive mechanism, based on the difference between the Annual Actual Cost and the Annual Project Target cost. The Annual Project Target Costs are all derived from the Client’s budget. A Portfolio Incentivisation Fund will also be set up at a Partnership Level, distributing savings across Partner-contractors.

Where there is, in relation to a project issued under the ERP, a reliance on works/services/supplies which can be provided by particular economic entities due to proprietary rights regarding equipment, software, hardware and/or data forming part of the signalling system (now or in the future) within the "GB network" which is or are subject to restrictions from a proprietary rights / intellectual property rights perspective, NR intends to procure these separately to ensure the scope of the ERP (in particular Lot 2) is open to maximum competition.

There will be an opportunity to comment on the contractual documentation. NR will determine which, if any, changes should result in revisions to the ERP based on the objective merit of the proposed changes. Further detail is set out in the Instructions to Participants. The contractual documentation will not be subject to negotiation.

The negotiations will relate to the price element only. Participants will have an opportunity to update their tenders following negotiations.

Initial Tenders will be evaluated but feedback will not be shared with participants. Only feedback on Final Tenders will be shared.

two.1.5) Estimated total value

Value excluding VAT: £3,500,000,000

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

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

See the Invitation to Participants for rules on awarding and bidding for lots/sub lots.

two.2) Description

two.2.1) Title

Lot 1A Generalist Buildings & Civils

Lot No

1a

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
  • 71332000 - Geotechnical engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Eastern Region including all routes and areas where work will be delivered by the region.

two.2.4) Description of the procurement

The scope of work type to be delivered includes but not limited to the following:-

Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings.

Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works

Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works

Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings,

Drainage and Off-Track.

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: £1,284,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

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

Envisaged number of candidates: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.

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 with estimated uplifts.

two.2) Description

two.2.1) Title

Lot 1B Specialist Structures

Lot No

1b

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

Eastern Region including all routes and areas where work will be delivered by the region.

two.2.4) Description of the procurement

The scope of work type to be delivered is Primarily that of Structures and associated works but may also include and not limited to the following:-

Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings.

Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works

Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works

Could include Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings,

Drainage and Off-Track.

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: £72,250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

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

Envisaged number of candidates: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.

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 with estimated uplifts.

two.2) Description

two.2.1) Title

Lot 1C Specialist Geotechnical

Lot No

1c

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
  • 71332000 - Geotechnical engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Eastern Region including all routes and areas where work will be delivered by the region.

two.2.4) Description of the procurement

The scope of work type to be delivered is Primarily that of Geotechnical and associated works but may also include and not limited to the following:-

Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings.

Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works

Optional Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works

Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings,

Drainage and Off-Track.

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: £64,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

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

Envisaged number of candidates: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.

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 with estimated uplifts.

two.2) Description

two.2.1) Title

Lot 2A Generalist Signaling and Telecoms

Lot No

2a

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

Eastern Region including all routes and areas where work will be delivered by the region.

two.2.4) Description of the procurement

The scope of work type to be delivered includes but not limited to the following:-

Interlocking & NX panels works for:

Re-wire/Life extend.

Route Relay Interlocking alterations to account for any new trackside works.

Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works.

Entrance Exit (NX) panel updates.

Level Crossing Predictor/Controller works for:

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.

Transmission / Network works for:

Intelligent infrastructure installations.

TDM renewals.

Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs).

Remove of obsolete equipment - transmission (CCTV, TDM & FDM).

Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for:

Life Extension works. Including signal conversion, location case renewal and re-wire.

Intelligent infrastructure installations.

Alterations to signaling power supplies.

Track circuit conversions.

Ground frame conversion to Ground Switch Panel (GSP)

Provision of staff protection systems.

Targeting component renewals - HABDs / REBs / LOCs.

Cable route works including multi core cable renewals.

AWS, TPWS renewal.

Signaling Bonding 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: £852,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.

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 with estimated uplifts.

two.2) Description

two.2.1) Title

Lot 2B Specialist Signaling

Lot No

2b

two.2.2) Additional CPV code(s)

  • 45232332 - Ancillary works for telecommunications
  • 45234000 - Construction work for railways and cable transport systems
  • 45234115 - Railway signalling works
  • 45234116 - Track construction works
  • 45314000 - Installation of telecommunications equipment
  • 71311230 - Railway engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Eastern Region including all routes and areas where work will be delivered by the region.

two.2.4) Description of the procurement

The scope of work type to be delivered is Primarily that of Signaling and associated works but may also include and not limited to the following:-

Interlocking & NX panels works for:

Re-wire/Life extend.

Route Relay Interlocking alterations to account for any new trackside works.

Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works.

Entrance Exit (NX) panel updates.

Level Crossing Predictor/Controller works for:

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.

Transmission / Network works for:

Intelligent infrastructure installations.

TDM renewals.

Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs).

Remove of obsolete equipment - transmission (CCTV, TDM & FDM).

Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for:

Life Extension works. Including signal conversion, location case renewal and re-wire.

Intelligent infrastructure installations.

Alterations to signaling power supplies.

Track circuit conversions.

Ground frame conversion to Ground Switch Panel (GSP)

Provision of staff protection systems.

Targeting component renewals - HABDs / REBs / LOCs.

Cable route works including multi core cable renewals.

AWS, TPWS renewal.

Signaling Bonding 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: £88,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

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

Envisaged number of candidates: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.

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 with estimated uplifts.

two.2) Description

two.2.1) Title

Lot 2C Specialist Telecoms

Lot No

2c

two.2.2) Additional CPV code(s)

  • 45232332 - Ancillary works for telecommunications
  • 45234000 - Construction work for railways and cable transport systems
  • 45234115 - Railway signalling works
  • 45234116 - Track construction works
  • 45314000 - Installation of telecommunications equipment
  • 71311230 - Railway engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Eastern Region including all routes and areas where work will be delivered by the region.

two.2.4) Description of the procurement

The scope of work type to be delivered is Primarily that of Telecommunications and associated works but may also include and not limited to the following:-

Interlocking & NX panels works for:

Re-wire/Life extend.

Route Relay Interlocking alterations to account for any new trackside works.

Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works.

Entrance Exit (NX) panel updates.

Level Crossing Predictor/Controller works for:

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.

Transmission / Network works for:

Intelligent infrastructure installations.

TDM renewals.

Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs).

Remove of obsolete equipment - transmission (CCTV, TDM & FDM).

Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for:

Life Extension works. Including signal conversion, location case renewal and re-wire.

Intelligent infrastructure installations.

Alterations to signalling power supplies.

Track circuit conversions.

Ground frame conversion to Ground Switch Panel (GSP)

Provision of staff protection systems.

Targeting component renewals - HABDs / REBs / LOCs.

Cable route works including multi core cable renewals.

AWS, TPWS renewal.

Signaling Bonding 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: £70,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

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

Envisaged number of candidates: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.

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 with estimated uplifts.

two.2) Description

two.2.1) Title

Lot 3A Generalist Contact Systems

Lot No

3a

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

Eastern Region including all routes and areas where work will be delivered by the region.

two.2.4) Description of the procurement

The scope of work type to be delivered includes but not limited to the following:-

AC/DC contact systems works for:

Structure renewal & refurbishment.

Geotechnical assessment.

Overhead Line Equipment (OLE) campaign changes (rectification of known issues).

OLE re-wire.

Crossover/Section insulator replacement (including potential re-design if required).

Section insulator replacement.

Mid-life refurbishment.

Neutral section replacement (including carrier wire style neutral section design & installation).

Solid conductor beam refurbishment (& bonding).

OLE switch replacement.

Ancillary conductor re-wire.

Other Items included in the Scope:

Forensic analysis (root cause analysis of failures).

Isolation instructions and/or isolation diagram corrections, correlation and reviews .

Legacy equipment renewal (design knowledge required) this includes Mechanically Independent Registration and any conversion of headspans.

Survey e.g. drone, point cloud, etc. for structures.

Tunnel renewals (fixed overhead line equipment, steelwork).

Mitigations at reduced clearance locations (flashover mitigations).

Traction bonding renewal.

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: £361,750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.

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 with estimated uplifts.

two.2) Description

two.2.1) Title

Lot 3B Specialist Contact Systems

Lot No

3b

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

Eastern Region including all routes and areas where work will be delivered by the region.

two.2.4) Description of the procurement

The scope of work type to be delivered includes but not limited to the following:-

AC/DC contact systems works for:

Structure renewal & refurbishment.

Geotechnical assessment.

Overhead Line Equipment (OLE) campaign changes (rectification of known issues).

OLE re-wire.

Crossover/Section insulator replacement (including potential re-design if required).

Section insulator replacement.

Mid-life refurbishment.

Neutral section replacement (including carrier wire style neutral section design & installation).

Solid conductor beam refurbishment (& bonding).

OLE switch replacement.

Ancillary conductor re-wire.

Other Items included in the Scope:

Forensic analysis (root cause analysis of failures).

Isolation instructions and/or isolation diagram corrections, correlation and reviews .

Legacy equipment renewal (design knowledge required) this includes Mechanically Independent Registration and any conversion of headspans.

Survey e.g. drone, point cloud, etc. for structures.

Tunnel renewals (fixed overhead line equipment, steelwork).

Mitigations at reduced clearance locations (flashover mitigations).

Traction bonding renewal.

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: £70,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

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

Envisaged number of candidates: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.

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 with estimated uplifts.

two.2) Description

two.2.1) Title

Lot 4A Generalist Distribution & Plant

Lot No

4a

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
  • 45317300 - Electrical installation work of electrical distribution apparatus
  • 71311230 - Railway engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Eastern Region including all routes and areas where work will be delivered by the region.

two.2.4) Description of the procurement

The scope of work type to be delivered includes but not limited to the following:-

HV traction distribution works for:

HV Substation Renewal/Refurbishment.

SCADA modifications inc control room updates.

OLE power connections (switch relocation / redesign).

Traction derived signalling power supplies.

Signalling power works for replacement of signalling power supply equipment

Lighting and associated LV distribution works for:

Walkway lighting and columns.

Operational lighting (buffer stops etc.).

Rail yard lighting and columns.

Tunnel lighting.

Level crossing CCTV and lighting.

Other works:

Lineside operational equipment and monitoring (Wheelchex/Panchex, etc).

Drainage pumps and associated equipment.

Low voltage and control equipment.

Points heating.

Control Centre power resilience.

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: £497,250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.

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 with estimated uplifts.

two.2) Description

two.2.1) Title

Lot 4B Specialist Distribution & Plant

Lot No

4b

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
  • 45317300 - Electrical installation work of electrical distribution apparatus
  • 71311230 - Railway engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Eastern Region including all routes and areas where work will be delivered by the region.

two.2.4) Description of the procurement

The scope of work type to be delivered includes but not limited to the following:-

HV traction distribution works for:

HV Substation Renewal/Refurbishment.

SCADA modifications inc control room updates.

OLE power connections (switch relocation / redesign).

Traction derived signalling power supplies.

Signalling power works for replacement of signalling power supply equipment

Lighting and associated LV distribution works for:

Walkway lighting and columns.

Operational lighting (buffer stops etc.).

Rail yard lighting and columns.

Tunnel lighting.

Level crossing CCTV and lighting.

Other works:

Lineside operational equipment and monitoring (Wheelchex/Panchex, etc).

Drainage pumps and associated equipment.

Low voltage and control equipment.

Points heating.

Control Centre power resilience.

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: £87,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

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

Envisaged number of candidates: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.

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 with estimated uplifts.


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

Holding a PCL (an NR Principle Contractors Licence) is required by successful suppliers to provide works pursuant to the ERP. Applicants that do not hold a PCL must submit an application for one in order to be successful in this procurement. Further information is set out in the Instructions to Participants.

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.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

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 several operators

Envisaged maximum number of participants to the framework agreement: 16

In the case of framework agreements, provide justification for any duration exceeding 8 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: 2023/S 000-006078

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

Date

2 June 2023

Local time

12:00pm

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

31 July 2023

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: 9 (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

six.3) Additional information

The ERP has been scoped to take into account the priorities of NR relating to economic, social and environmental well-being. These priorities are described in the procurement documents.

Projects will be allocated annually. Projects will first be allocated to the Generalist of Specialist level. Projects will then be allocated between contractors (where there is more than one at that level) and will be based on ensuring an equitable allocation of relevant projects for the year between contractors. This will be based on the following 3 factors:

(a) Value in monetary terms based on the budget available for of Projects.

(b) Risk profile of Projects (as assessed by the Client and being the risk attendant to the relevant Generalist Contractor for each Project) such as stakeholder requirements, consents requirements, access and site conditions/ restrictions, programme restrictions, design complexity and external interfaces for example.

(c) Where applicable, Development Projects' Client Priority Levels.

The share of work which a contractor is entitled to can be reduced by up to 25% based on KPI performance.

The process for allocation of projects is set out in Part 2 of the ERP.

Additional information for section IV.1.3)

Extended term is necessary due to:

Upfront Investment: The extended contract duration is required to provide sufficient time for suppliers to recoup the upfront investment expected to expedite the establishment of a fully functioning partnership delivery model.

Cultural/Organisational Alignment: Sophisticated alliance/partnership models require embedded cultural and people alignment that can only be achieved over a longer period through relationship management and coaching.

Programme Flexibility: Political and budgetary changes will require flexibility over the term to achieve programme outcomes. A 10 year term enables maximum flexibility to manage scheme and budget adjustments.

Working Practices: The new delivery model will represent a change in Network Rail working practices and procedures. An increased term will enable Network Rail to embed the necessary step change in maturity working in collaboration with the Partners to achieve the required outcomes.

Standardisation: A longer term contract is essential to realise primary benefit of design standardisation, requiring investment in time, resource and lessons learned.

Skills Shortage: Infrastructure spend in the UK is forecasted to increase in the next 10 years. In parallel the industry is seeing skills and resource shortages.

To submit a PQQ for this Tender, register for a free account at https://networkrail.bravosolution.co.uk. Click the 'PQQs Open To All Suppliers' link. Click on the relevant PQQ to access the content. Click the 'Express Interest' button at the top of the page.

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

High Court of England and Wales Royal Courts of Justice

Strand

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and 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

NR will observe a standstill period following award of the ERP. NR shall conduct itself in accordance with the Utilities Contracts Regulations 2016 in respect of any appeals.

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.

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom