Tender

Network Rail North West & Central Region CP7 Frameworks: Framework Category B

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice identifier: 2022/S 000-016352

Procurement identifier (OCID): ocds-h6vhtk-032f1a

Published 14 June 2022, 9:46pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Email

NW&CCP7Procurement@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://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.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Network Rail North West & Central Region CP7 Frameworks: Framework Category B

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Network Rail is intending to put in place a number of frameworks for Control Period 7 (CP7) for the delivery of capital works in the North West & Central Region. These frameworks are divided into categories and separate Contract Notices relate to each of them. This Contract Notice relates to Framework Category B.

CP7 covers the 5 year period from 1st April 2024 to 31st March 2029.

The North West & Central Region (Region and referred to as R in the lots and sub-lots) is formed of 3 routes, North West (NW), Central (C) and West Coast South (WCS). Some lots within this Contract Notice relate to the Region and others relate to one or more routes.

Additional information on the Region (including the geographical areas covered by these 3 routes) can be found at: North West & Central region - Network Rail

Framework Category B

This category relates to the design and build of “medium projects” (projects with a value of between £100k and £7m), with discipline specific lots for Civil Engineering, Buildings and Electrification & Plant, across different geographical areas within the Region as described in section II.2 in more detail.

The scope of works proposed to be delivered under Framework Category B is:

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These works to Network Rail’s assets may incorporate partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening).

Network Rail is looking to appoint suppliers to this Framework Category B across three discipline lots and geographical sub-lots as follows:

Civil Engineering (Structures & Geotechnical)

Lot B1 (R) Civil Engineering (Structures & Geotechnical) across the full Region: 1 Supplier

Lot B1 (NW) Civil Engineering (Structures & Geotechnical) in North West Route area only: 1 Supplier

Lot B1 (C&WCS) Civil Engineering (Structures & Geotechnical) in the combined Central Route and West Coast South Route areas: 1 Supplier

Buildings

Lot B2 (R) Buildings across the full region: 1 Supplier

Lot B2 (NW) Buildings in North West Route area only: 2 Suppliers

Lot B2 (C) Buildings in Central Route area only: 1 Supplier

Lot B2 (WCS) Buildings in West Coast South Route area only: 1 Supplier

Electrification & Plant

Lot B3 (R) AC Switchgear across the full region: 1 Supplier

Lot B3 (NW) Power & Distribution in North West Route area only: 1 Supplier

Lot B3 (C&WCS) Power & Distribution in the combined Central Route and West Coast South Route areas: 1 Supplier

Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power in the combined Central Route and West Coast South Route areas: 1 Supplier

There are bidding rules and award rules for certain lots and sub-lots within this Framework Category B. Please see the Instructions to Participants (provided as part of the procurement documents) for more detail on these rules.

Further information is available in the procurement documents including Network Rail’s requirements for each lot and sub-lot. A draft framework agreement is also being shared as part of the procurement documents.

two.1.5) Estimated total value

Value excluding VAT: £695,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot B1 (R) Civil Engineering (Structures & Geotechnical)

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
  • 45221112 - Railway bridge construction work
  • 45221122 - Railway viaduct construction work
  • 45221242 - Railway tunnel construction work
  • 45234100 - Railway construction works
  • 45234114 - Railway embankment construction work
  • 71320000 - Engineering design services
  • 71322000 - Engineering design services for the construction of civil engineering works

two.2.3) Place of performance

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

Network Rail’s North West & Central Region (comprising the North West Route, Central Route and West Coast South Route).

two.2.4) Description of the procurement

Network Rail is looking to appoint a regional framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

The scope of works which Network Rail may require comprises:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Bridges (underbridges, overbridges, footbridges, property rafts)

• Viaducts

• Tunnels

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Structures and works associated with river, coastal and estuarine defences

• Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works)

• Mining (mine workings, shafts and adits)

• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)

This lot relates to a single supplier for the Region. The successful supplier may be required to deliver works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (Lot B1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route and Lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical) in the combined Central Route and West Coast South Route areas). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of the works anticipated to be allocated to the successful supplier in the Region under this lot (lot B1 (R) Civil Engineering (Structures and Geotechnical)).

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: £65,000,000

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

Duration in months

90

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B1 (R) will be within the range of £55,000,000 to £65,000,000 for the 7.5 year duration.

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

Envisaged minimum number: 6

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 duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).

two.2) Description

two.2.1) Title

Lot B1 (NW) Civil Engineering (Structures & Geotechnical)

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
  • 45221112 - Railway bridge construction work
  • 45221122 - Railway viaduct construction work
  • 45221242 - Railway tunnel construction work
  • 45234100 - Railway construction works
  • 45234114 - Railway embankment construction work
  • 71320000 - Engineering design services
  • 71322000 - Engineering design services for the construction of civil engineering works

two.2.3) Place of performance

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

Network Rail’s North West Route.

two.2.4) Description of the procurement

Network Rail is looking to appoint a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank within the North West Route. This is a geographical sub-lot comprising the North West Route: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

The scope of works which Network Rail may require comprises:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Bridges (underbridges, overbridges, footbridges, property rafts)

• Viaducts

• Tunnels

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Structures and works associated with river, coastal and estuarine defences

• Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works)

• Mining (mine workings, shafts and adits)

• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)

This lot relates to a single supplier for the North West Route. The successful supplier may be required to deliver works within the scope of the discipline lot B1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route in addition to a supplier appointed for the Region (Lot B1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the North West Route under this lot (lot B1 (NW) Civil Engineering (Structures and Geotechnical)).

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: £50,000,000

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

Duration in months

90

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B1 (NW) will be within the range of £40,000,000 to £50,000,000 for the 7.5 year duration.

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

Envisaged minimum number: 6

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 duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).

two.2) Description

two.2.1) Title

Lot B1 (C&WCS) Civil Engineering (Structures & Geotechnical)

Lot No

3

two.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45221112 - Railway bridge construction work
  • 45221122 - Railway viaduct construction work
  • 45221242 - Railway tunnel construction work
  • 45234100 - Railway construction works
  • 45234114 - Railway embankment construction work
  • 71320000 - Engineering design services
  • 71322000 - Engineering design services for the construction of civil engineering works

two.2.3) Place of performance

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

Network Rail’s Central Route and West Coast South Route.

two.2.4) Description of the procurement

Network Rail is looking to appoint a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

The scope of works which Network Rail may require comprises:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Bridges (underbridges, overbridges, footbridges, property rafts)

• Viaducts

• Tunnels

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Structures and works associated with river, coastal and estuarine defences

• Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works)

• Mining (mine workings, shafts and adits)

• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)

This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. The successful supplier may be required to deliver works within the scope of the discipline lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical) in the Central Route and West Coast South Route in addition to a supplier appointed for the Region (Lot B1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the combined Central Route and West Coast South Route areas under this lot (lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical)).

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: £55,000,000

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

Duration in months

90

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B1 (C&WCS) will be within the range of £45,000,000 to £55,000,000 for the 7.5 year duration.

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

Envisaged minimum number: 6

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 duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).

two.2) Description

two.2.1) Title

Lot B2 (R) Buildings

Lot No

4

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45213321 - Railway station construction work
  • 45300000 - Building installation work
  • 71320000 - Engineering design services

two.2.3) Place of performance

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

Network Rail’s North West & Central Region (compromising the North West Route, Central Route and West Coast South Route).

two.2.4) Description of the procurement

Network Rail is looking to appoint a regional framework supplier to deliver a proportion of the buildings workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

The scope of works which Network Rail may require compromise;

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators)

• Light maintenance depots

• Maintenance delivery units

• Critical lineside buildings (signal boxes, route operating centres, relay rooms)

• Non-critical lineside buildings

• Supply chain operations sites

• Car parks, footpaths, and hardstanding

• Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant)

• Equipment and systems contained within the assets listed above, including M&E systems, fire systems.

This lot relates to a single supplier for the Region. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (two suppliers for Lot B2 (NW) Buildings in the North West Route, a supplier for Lot B2 (C) Buildings in the Central Route and a supplier for B2 (WCS) Buildings in the West Coast South Route). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the Region under this lot (lot B2 (R) Buildings).

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: £75,000,000

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

Duration in months

90

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B2 (R) Buildings will be within the range of £65,000,000 to £75,000,000 for the 7.5 year duration

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

Envisaged minimum number: 6

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 duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).

two.2) Description

two.2.1) Title

Lot B2 (NW) Buildings

Lot No

5

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45213321 - Railway station construction work
  • 45300000 - Building installation work
  • 71320000 - Engineering design services

two.2.3) Place of performance

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

Network Rail’s North West Route.

two.2.4) Description of the procurement

Network Rail is looking to appoint two framework supplier(s) to deliver a proportion of the buildings workbank within the North West Route. This is a geographical sub-lot comprising the North West Route: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

The scope of works which Network Rail may require comprises:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators)

• Light maintenance depots

• Maintenance delivery units

• Critical lineside buildings (signal boxes, route operating centres, relay rooms)

• Non-critical lineside buildings

• Supply chain operations sites

• Car parks, footpaths, and hardstanding

• Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant)

• Equipment and systems contained within the assets listed above, including M&E systems, fire systems.

This lot relates to two suppliers for the North West Route. The two successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot B2 (NW) Buildings in the North West Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in the North West route under this lot (lot B2 (NW) Buildings) would have an estimated anticipated framework value in the range of £22,500,000 to £27,500,000.

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: £55,000,000

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

Duration in months

90

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B2(NW) Buildings will be within the range of £45,000,000 to £55,000,000 for the 7.5 year duration

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

Envisaged minimum number: 10

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 duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).

two.2) Description

two.2.1) Title

Lot B2 (C) Buildings

Lot No

6

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45213321 - Railway station construction work
  • 45300000 - Building installation work
  • 71320000 - Engineering design services

two.2.3) Place of performance

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

Network Rail’s Central Route.

two.2.4) Description of the procurement

Network Rail is looking to appoint a framework supplier to deliver a proportion of the buildings workbank within the Central Route. This is a geographical sub-lot comprising the Central Route: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

The scope of works which Network Rail may require comprises:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators)

• Light maintenance depots

• Maintenance delivery units

• Critical lineside buildings (signal boxes, route operating centres, relay rooms)

• Non-critical lineside buildings

• Supply chain operations sites

• Car parks, footpaths, and hardstanding

• Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant)

• Equipment and systems contained within the assets listed above, including M&E systems, fire systems.

This lot relates to a single supplier for the Central Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot B2 (C) Buildings in the Central Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the Central Route under this lot (lot B2 (C) Buildings).

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: £40,000,000

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

Duration in months

90

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B2(C) Buildings will be within the range of £30,000,000 to £40,000,000 for the 7.5 year duration

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

Envisaged minimum number: 6

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 duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).

two.2) Description

two.2.1) Title

Lot B2 (WCS) Buildings

Lot No

7

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45213321 - Railway station construction work
  • 45300000 - Building installation work
  • 71320000 - Engineering design services

two.2.3) Place of performance

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

Network Rail’s West Coast South Route.

two.2.4) Description of the procurement

Network Rail is looking to appoint a framework supplier to deliver a proportion of the buildings workbank within the West Coast South Route. This is a geographical sub-lot comprising the West Coast South Route: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

The scope of works which Network Rail may require comprises:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators)

• Light maintenance depots

• Maintenance delivery units

• Critical lineside buildings (signal boxes, route operating centres, relay rooms)

• Non-critical lineside buildings

• Supply chain operations sites

• Car parks, footpaths, and hardstanding

• Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant)

• Equipment and systems contained within the assets listed above, including M&E systems, fire systems.

This lot relates to a single supplier for the West Coast South Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot B2 (WCS) Buildings in the West Coast South Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the West Coast South Route under this lot (lot B2 (WCS) Buildings).

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: £40,000,000

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

Duration in months

90

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B2(WCS) Buildings will be within the range of £30,000,000 to £40,000,000 for the 7.5 year duration

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

Envisaged minimum number: 6

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 duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).

two.2) Description

two.2.1) Title

Lot B3 (R) AC Switchgear

Lot No

8

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
  • 71320000 - Engineering design services

two.2.3) Place of performance

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

Network Rail’s North West & Central Region (comprising the North West Route, Central Route and West Coast South Route).

two.2.4) Description of the procurement

Network Rail is looking to appoint a regional framework supplier to deliver the Electrification & Plant: AC Switchgear workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

The scope of works which Network Rail may require comprises:

• Feasibility

• Option selection

• Outline and detailed design (including temporary works)

• Implementation

• Commissioning

• Decommissioning and recovery of redundant assets

• Hand back into maintenance (including but not limited to record update, providing training and spares)

These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal of:

• Major SCADA changes / updates

• Feeder station power upgrades (inclusive of TNO/DNO engagement)

• OLE related modification associated with the above

This lot relates to a single supplier for the Region. The successful supplier may be required to deliver works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of the works anticipated to be allocated to the successful supplier in the Region under this lot (Lot B3 (R) AC Switchgear).

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: £65,000,000

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

Duration in months

90

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 5 years(following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B3(R)AC Switchgear will be within the range of £55,000,000 to £65,000,000 for the 7.5 year duration

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

Envisaged minimum number: 6

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 duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).

two.2) Description

two.2.1) Title

Lot B3 (NW) Power & Distribution

Lot No

9

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
  • 71320000 - Engineering design services

two.2.3) Place of performance

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

Network Rail’s North West Route.

two.2.4) Description of the procurement

Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank within the North West Route. This is a geographical sub-lot comprising the North West Route, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category B.

The scope of works which Network Rail may require comprises:

• Feasibility

• Option selection

• Outline and detailed design (including temporary works)

• Implementation,

• Commissioning

• Decommissioning and recovery of redundant assets

• Hand back into maintenance (including but not limited to record update, providing training and spares)

These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of:

• Outdoor CB and switches renewal (e.g. SMOS, TSS, DPD etc)

• Major SCADA changes/updates associated with AC protection relay renewal

• HV feeder cable replacement and associated route renewal on AC and DC infrastructure

• OLE related renewals (e.g. OLE structures)

• AC & DC protection relay

• DC stage 2 frame leakage installation

• AC Switchgear (Refurbishment only)

This lot relates to a single supplier for the North West Route. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (as set out in the framework agreement). The estimated value stated at Section II.2.6 relates to the value of works anticipated to be allocated to the successful supplier in the North West Route under this lot (B3 (NW) Power & Distribution).

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: £60,000,000

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

Duration in months

90

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 5 years(following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B3(NW)P&D will be within the range of £50,000,000 to £60,000,000 for the 7.5 year duration

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

Envisaged minimum number: 6

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 duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).

two.2) Description

two.2.1) Title

Lot B3 (C&WCS) Power & Distribution

Lot No

10

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
  • 71320000 - Engineering design services

two.2.3) Place of performance

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

Network Rail’s combined Central Route and West Coast South Route areas.

two.2.4) Description of the procurement

Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank across the combined Central Route and West Coast South areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category B.

The scope of works which Network Rail may require comprises:

• Feasibility

• Option selection

• Outline and detailed design (including temporary works)

• Implementation,

• Commissioning

• Decommissioning and recovery of redundant assets

• Hand back into maintenance (including but not limited to record update, providing training and spares)

These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of:

• Outdoor CB and switches renewal (e.g. SMOS, TSS, DPD etc)

• Major SCADA changes/updates associated with AC protection relay renewal

• HV feeder cable replacement and associated route renewal on AC and DC infrastructure

• OLE related renewals (e.g. OLE structures)

• AC & DC protection relay

• DC stage 2 frame leakage installation

• AC Switchgear (Refurbishment only)

This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (as set out in the framework agreement). The estimated value stated at Section II.2.6 relates to the value of works anticipated to be allocated to the successful supplier in the combined Central Route and West Coast South Route areas under this lot (Lot B3 (C&WCS) Power & Distribution).

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: £160,000,000

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

Duration in months

90

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 5 years(following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B3(C&WCS)P&D will be within the range of £140,000,000 to £160,000,000 for the 7.5 year duration

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

Maximum number: 6

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 duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).

two.2) Description

two.2.1) Title

Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power

Lot No

11

two.2.2) Additional CPV code(s)

  • 45234000 - Construction work for railways and cable transport systems
  • 45315600 - Low-voltage installation work
  • 71311230 - Railway engineering services
  • 71320000 - Engineering design services

two.2.3) Place of performance

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

Network Rail’s combined Central Route and West Coast South Route areas.

two.2.4) Description of the procurement

Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Low Voltage Plant & Signalling Power workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category B.

The scope of works which Network Rail may require comprises:

• Feasibility

• Option selection

• Outline and detailed design (including temporary works)

• Implementation,

• Commissioning

• Decommissioning and recovery of redundant assets

• Hand back into maintenance (including but not limited to record update, providing training and spares)

These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of:

• Signalling Power cable renewal

• Signalling Power (e.g. UPS, Generator, FSP)

• Lighting (e.g. Junction, buffer stop, walkway)

• Points heating

• Pumping systems

• DNO

This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (as set out in the framework agreement). The estimated value stated at Section II.2.6 relates to the value of works anticipated to be allocated to the successful supplier in the combined Central Route and West Coast South Route areas under this lot (Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power).

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: £30,000,000

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

Duration in months

90

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B3 (C&WCS LV) will be within the range of £20,000,000 to £30,000,000 for the 7.5 year duration.

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

Envisaged minimum number: 6

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 duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).


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

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 000-010365

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

Date

29 July 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: 11 (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

To request to participate in this tender event, interested organisations must complete and submit a Pre-Qualification Questionnaire (PQQ) for this procurement event:

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.

Successful suppliers will be required to fulfil the duties of Principal Contractor under the Construction (Design and Management) Regulations 2015.

Network Rail will assess the PQQs to produce a shortlist of participants for each lot and invite participants to submit tenders for the relevant lot(s) for which they have pre-qualified.

Prior to the award of any framework, Network Rail intends to re-assess the PQQ tests to ensure that successful participants continue to meet the PQQ criteria for the relevant lot(s) for which they have been successful. Where the award rules permit a supplier to be (i) identified as successful in more than one lot or sub-lot within this Framework Category B and/or (ii) identified as successful in at least one lot or sub-lot within this Framework Category B and one or more Lots or Sub-Lots across Framework Category C and/or Framework Category D (which are subject to separate Contract Notices), Network Rail intends to undertake due diligence prior to the award of any framework, to check that the supplier has sufficient resources to deliver each lot and/or sub-lot.

Network Rail reserves the right, in its sole discretion, to exclude participants prior to award where they fail to meet the PQQ requirements and/or due diligence resource check.

Network Rail reserves the right:-

1. not to accept the highest scoring, or any, tender in respect of one, several or all lots.

2. cancel the competition in respect of one, several or all lots for any reason, and participants’ costs and expenses will not be reimbursed.

3. not to award any framework agreement for one, several or all lots 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 (including to award the lots in stages);

and in no circumstances will Network Rail be liable for any costs or expenses incurred by participants in considering and/or responding to the procurement process.

Participants should note that tenders are submitted at the supplier's own cost and risk. Entering into one or more framework agreements does not guarantee any volume of work will be commissioned by Network Rail.

Further information is provided in the procurement documents.

six.4) Procedures for review

six.4.1) Review body

see VI.4.3) below

London

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 framework agreement is communicated to participants.

Appeals must be lodged in accordance with the Utilities Contracts Regulations 2016 (SI 2016 No. 274) as amended.