Opportunity

Network Rail North West & Central Region CP7 Frameworks relating to Capital Delivery Works (Phase 2): Framework Category A

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice reference: 2023/S 000-017316

Published 19 June 2023, 12:15pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

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 relating to Capital Delivery Works (Phase 2): Framework Category A

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 have been subject to multiple procurement exercises in two separate phases. This Contract Notice relates to Phase 2 which comprises of Framework Category A.

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

The Category A Frameworks cover the North West & Central Region which is formed of 3 routes, North West, Central and West Coast South.

Additional information on the region (including the geographical areas covered by these 3 routes) can be found at: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

This procurement event relates to the frameworks as further described in section II.2.4 below, which comprise “Framework Category A – Large Projects”. The procurement event for Phase 1 (Framework Categories B,C & D) is being conducted separately, and for the avoidance of doubt, is not within scope of this current procurement.

Framework Category A

This category relates to the design and build of “large projects” and includes two separate lots for projects with a value of £7to £200m (Lot A1) and £7m to £50m (Lot A2). Both lots cover the full North West and Central Region, as described in more detail in section II.2.

The scope of works and services proposed to be delivered under Framework Category A is multi-disciplinary across the following three disciplines:

Civil Engineering, which includes but is not limited to;

• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.

Buildings, which includes but is not limited to;

• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.

Railway Engineering, which includes but is not limited to;

• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.

The scope of the works for the three disciplines includes:

• 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, third party access agreements

The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.

There are bidding rules and award rules for the Lots within this Framework Category A, which includes restrictions on entities bidding in more than one capacity within a Lot and across both Lots. 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. A draft framework agreement is also being shared as part of the procurement documents.

two.1.5) Estimated total value

Value excluding VAT: £490,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Lot A1 – Regional Multi-discipline £7m - £200m Projects

Lot No

A1

two.2.2) Additional CPV code(s)

  • 34632300 - Electrical installations for railways
  • 45100000 - Site preparation work
  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45213321 - Railway station construction work
  • 45221112 - Railway bridge construction work
  • 45221122 - Railway viaduct construction work
  • 45221242 - Railway tunnel construction work
  • 45234000 - Construction work for railways and cable transport systems
  • 45234100 - Railway construction works
  • 45234114 - Railway embankment construction work
  • 45234115 - Railway signalling works
  • 45234116 - Track construction works
  • 45315400 - High voltage installation work
  • 45315600 - Low-voltage installation work
  • 50225000 - Railway-track maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71311230 - Railway engineering services
  • 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). More information can be found here: https://www.networkrail.co.uk/running-the-ra

two.2.4) Description of the procurement

Network Rail is looking to appoint two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between £7m and £200m.

The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines:

Civil Engineering, which includes but is not limited to;

• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.

Buildings, which includes but is not limited to;

• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.

Railway Engineering, which includes but is not limited to;

• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.

The scope of the works for the three disciplines includes:

• 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, third party access agreements

The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.

Two Suppliers will be awarded a framework agreement for Lot A1 covering the Region. Network Rail intends to allocate works to the relevant supplier using a direct award process on a ‘next in line’ allocation as set out in the framework agreement. The two framework suppliers will be allocated projects with an estimated final cost between £50m and £200m on a rotational basis. In addition, these two framework suppliers will also be allocated projects with an estimated final cost between £7m and £50 on a rotation basis along with the two Lot A2 framework suppliers (see further description below for Lot A2). 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 Lot A1 would have an estimated anticipated value in the range of £145m to £155.375m.

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: £310,750,000

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

Duration in months

85

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 5 years (following a 1 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 A1 will be in the range of £290m to £310.75m for the 85 month 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 (1 month), initial term (60 months) and renewal options (24 months).

two.2) Description

two.2.1) Title

Lot A2 – Multi-discipline £7m – £50m projects

Lot No

A2

two.2.2) Additional CPV code(s)

  • 34632300 - Electrical installations for railways
  • 45100000 - Site preparation work
  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45213321 - Railway station construction work
  • 45221112 - Railway bridge construction work
  • 45221122 - Railway viaduct construction work
  • 45221242 - Railway tunnel construction work
  • 45234000 - Construction work for railways and cable transport systems
  • 45234100 - Railway construction works
  • 45234114 - Railway embankment construction work
  • 45234115 - Railway signalling works
  • 45234116 - Track construction works
  • 45315400 - High voltage installation work
  • 45315600 - Low-voltage installation work
  • 50225000 - Railway-track maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71311230 - Railway engineering services
  • 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. More information can be found here: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

two.2.4) Description of the procurement

Network Rail is looking to appoint two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region, for projects with a value between £7m and £50m.

The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines:

Civil Engineering, which includes but is not limited to;

• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.

Buildings, which includes but is not limited to;

• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.

Railway Engineering, which includes but is not limited to;

• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.

The scope of the works for the three disciplines includes:

• 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, third party access agreements

The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.

Two Suppliers will be awarded a framework agreement for Lot A2 covering the Region. Network Rail intends to allocate works to the relevant supplier using a direct award process on a ‘next in line’ allocation as set out in the framework agreement. The two framework suppliers will be allocated projects with an anticipated final cost between £7m and £50m on a rotational basis, along with the two Lot A1 framework suppliers (see above description for Lot A1). 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 Lot A2 would have an estimated anticipated value in the range of £85m to £89.625m.

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: £179,250,000

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

Duration in months

85

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 5 years (following a 1 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 A2 will be in the range of £170m to £179.25m for the 85 month duration.

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

Envisaged minimum number: 8

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 (1 month, initial term (60 months) and renewal options (24 months).


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

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: 4

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 000-007235

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

Date

28 July 2023

Local time

12:00pm

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

22 September 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: 4 (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

The estimated total value at section II.1.5, together with the estimated total values in section II.2.6 for each of Lot A1 and Lot A2, is based on Network Rail’s current forecast of future spend under the frameworks, and includes works instructed under the frameworks that are funded by a third party. It should be noted, however, that these values are Network Rail’s best estimate based on currently available information, and in particular that any third party spend is not certain at this stage. The final value of the frameworks may therefore be higher or lower.

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 for which they have been successful.

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, or all lots for any reason, and participants’ costs and expenses will not be reimbursed.

3. not to award any framework agreement for one, 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 V1.4.3 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.