Tender

Electricity Distributors Network Supplier Framework

  • Network Rail Infrastructure Ltd

F02: Contract notice

Notice identifier: 2024/S 000-016534

Procurement identifier (OCID): ocds-h6vhtk-046b8b

Published 24 May 2024, 5:28pm



Section one: Contracting authority

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Email

nikki.hunter@networkrail.co.uk

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

02904587

Internet address(es)

Main address

www.networkrail.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://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://networkrail.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Railways


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Electricity Distributors Network Supplier Framework

two.1.2) Main CPV code

  • 31200000 - Electricity distribution and control apparatus

two.1.3) Type of contract

Supplies

two.1.4) Short description

Network Rail (NR) owns, operates and develops Britain’s railway infrastructure. That is 20,000 miles of track, 30,000 bridges, tunnels and viaducts and the thousands of signals, level crossings and stations. We manage 20 of the UK's largest stations while all the others, over 2,500, are managed by the country’s train operating companies.

NR are undertaking a Decarbonisation/ Energy Efficiency Programme across a range of assets in all UK Regions. This project is part of the Decarbonisation Programme aimed at supporting NR to meet its targets for zero carbon emissions as part of the Government’s Road to Zero strategy.   

The NR Targets 

• Net Zero by 2050 (2045 in Scotland) – Government declared Climate Emergency 

• 40% Carbon reduction in the next five years.

To help meet these targets NR aim to set up a framework agreement with electricity distributors network suppliers. NR has a large portfolio of sites that will require various power capacity upgrades or connections to achieve its net zero targets. Feasibility studies are currently being carried out and various sites have been identified which may require an upgrade to accommodate the additional power requirements for charging EV vehicles, transition from gas use to electric or to enable the connection of renewables.

Works will be procured on a site-by-site basis. Detailed documents indicating the extent of the Works, performance requirements and technical standards for each call off will be developed by NR Engineers.

Our objective is to establish a framework with suppliers capable of delivering contestable works across the electricity distribution network for the delivery of power upgrades in line with NR project management governance, namely PACE phases 2-4 (delivery programme).

Interested suppliers should register at https://networkrail.bravosolution.co.uk/ and register an interest in pqq_3400 and itt_16662.

Suppliers must register for both PQQ and ITT and respond to both.

two.1.5) Estimated total value

Value excluding VAT: £45,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31320000 - Power distribution cables
  • 71323100 - Electrical power systems design services

two.2.3) Place of performance

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

Great Britain

two.2.4) Description of the procurement

Network Rail (NR) owns, operates and develops Britain’s railway infrastructure. That is 20,000 miles of track, 30,000 bridges, tunnels and viaducts and the thousands of signals, level crossings and stations. We manage 20 of the UK's largest stations while all the others, over 2,500, are managed by the country’s train operating companies.

NR are undertaking a Decarbonisation/ Energy Efficiency Programme across a range of assets in all UK Regions. This project is part of the Decarbonisation Programme aimed at supporting NR to meet its targets for zero carbon emissions as part of the Government’s Road to Zero strategy.   

The NR Targets 

• Net Zero by 2050 (2045 in Scotland) – Government declared Climate Emergency 

• 40% Carbon reduction in the next five years.

To help meet these targets NR aim to set up a framework agreement with electricity distributors network suppliers. NR has a large portfolio of sites that will require various power capacity upgrades or connections to achieve its net zero targets. Feasibility studies are currently being carried out and various sites have been identified which may require an upgrade to accommodate the additional power requirements for charging EV vehicles, transition from gas use to electric or to enable the connection of renewables.

Works will be procured on a site-by-site basis. Detailed documents indicating the extent of the Works, performance requirements and technical standards for each call off will be developed by NR Engineers.

Our objective is to establish a framework with suppliers capable of delivering contestable works across the electricity distribution network for the delivery of power upgrades in line with NR project management governance, namely PACE phases 2-4 (delivery programme).

Interested parties should register at https://networkrail.bravosolution.co.uk/ and register an interest in pqq_3400 and itt_16662.

Suppliers must register for both PQQ and ITT and respond to both.

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: £45,000,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

the framework will have the option to extend by three one year options

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

Suppliers must hold an OFGEM Licence to work on the UK electricity distribution system.


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

Suppliers must hold an OFGEM Licence to work on the UK electricity distribution system.

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 20

In the case of framework agreements, provide justification for any duration exceeding 4 years:

n/a - UCR2015

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

Date

24 June 2024

Local time

11:00am

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 June 2024

Local time

3:00pm


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

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

7 Rolls Building, Fetter Lane,

London

EC4A 1NL

Country

United Kingdom