Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Contact
Claire Smales via nprprocurementteam@networkrail.co.uk
nprprocurementteam@networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
Development & Design Partnership Framework (NPR/IRP including Eastern Region)
two.1.2) Main CPV code
- 71322000 - Engineering design services for the construction of civil engineering works
two.1.3) Type of contract
Services
two.1.4) Short description
Network Rail Infrastructure Ltd (NR) intends to select four suppliers to the Development and Design Partnership Framework (DDPF) to provide services and works (enabling works and intrusive surveys) for Northern Powerhouse Rail (NPR), the Integrated Rail Plan (IRP), Network North (NN) and the Eastern Region. The geographic scope of the DDPF is the area covered by the Eastern Region (https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/), as well as the routes encompassed by IRP, NN, NPR in North-West & Central which is identified and illustrated within the tender documentation.
The scope of the framework covers the provision of professional development, design, technical, and all the services to deliver Engineering Stage (ES) 1 to 5 for the DDPF. Any programme allocated to framework suppliers will be instructed to proceed through the following ES only: ES1 (Requirements defined and baselined), ES2 (Constraints identified and project feasibility confirmed), ES3 (Minimum Viable Product single option identified and endorsed), ES4 (Approval in Principle), and ES5 (Construction ready design approved and requirements validated).
The framework will be awarded through a single lot. The value of the framework is an estimate only, and as such, the framework value and associated workbank is not guaranteed. The workbank allocated through the framework will be subject to our client's, the Department for Transport, instruction and funding. The process for allocating projects is set out in the tender documentation.
The initial term of the DDPF is 5 years with an option to extend the framework by yearly increments up to a further 3 years (as set out in the DDPF).
The DDPF's commercial model contains an incentivisation mechanism based on a weighted scorecard driven by key performance indicators. This mechanism is driven by the DDPF's Critical Success Factors that are defined in the tender documentation. The mechanism will provide a series of commercial opportunities to high-performing suppliers including advancement into further Engineering Stages for incumbent suppliers and the allocation of new programmes based on a competitive performance leaderboard.
There will be an opportunity to comment on the contractual documentation. NR will determine which, if any, changes should result in revisions to the DDPF 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 commercial 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.
To aid the supply chain in responding to the tender when it is released, NR has planned a tender launch briefing on 7 June 2024 at 3pm (GMT) on MS Teams. If you would like to attend the virtual briefing, please see section ‘VI.3) Additional information’ for further details on how to register.
The procurement event, pre-qualification questionnaire (pqq_3272) and associated tender documentation is intended for publication on the same day (7 June 2024) which will be confirmed at the tender launch briefing.
two.1.5) Estimated total value
Value excluding VAT: £300,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45213300 - Buildings associated with transport
- 45220000 - Engineering works and construction works
- 63711000 - Support services for railway transport
- 71000000 - Architectural, construction, engineering and inspection services
- 71300000 - Engineering services
- 71320000 - Engineering design services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Eastern Region and routes covered by Northern Powerhouse Rail, Integrated Rail Plan, and Network North
two.2.4) Description of the procurement
The scope of the framework covers the provision of professional development, design, technical, and all the services to deliver Engineering Stage (ES) 1 to 5 for the DDPF. The scope of development and design services for each commission called-off from the framework will be multi-disciplinary and may comprise: Buildings & Architecture, Civils & Structural, Consents & Environment, Constructability, Cost Planning, Electrification and Plant, Geotechnical, Signalling/Train Control, Surveys (including ground investigations), Systems Engineering, Telecoms, and Track. The framework suppliers will only be allocated schemes that require advancing through Engineering Stages 1 to 5 as referenced earlier in this notice.
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: £300,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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 with an option, to extend in yearly increments up to a further 3 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 framework value is for guidance only and is based on the projected spend for the potential maximum 8-year framework duration.
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
The successful suppliers are required to either hold a PCL (a Network Rail Principle Contractors Licence) or be able to facilitate it through their supply chain network in order to provide works pursuant to the DDPF. 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: 4
In the case of framework agreements, provide justification for any duration exceeding 8 years:
n/a
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 000-016785
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 July 2024
Local time
4:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 August 2024
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.2) Information about electronic workflows
Electronic invoicing will be accepted
six.3) Additional information
REGISTRATION FOR THE TENDER EVENT: 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.
REGISTRATION FOR THE TENDER LAUNCH BRIEFING: The briefing will be virtual (Microsoft Teams) and will be held on Friday 7th June 2024 at 3pm (GMT). If you would like to attend the virtual briefing, please submit your interest by registering using the following Eventbrite event link:
Your registration needs to be completed by 1pm (GMT) on Friday 7th June 2024.
Once registered on Eventbrite, you will be sent information regarding the sign up for the Teams webinar and you will need to follow the instructions accordingly. When registering for the event you will be asked to provide the Name and Email Address of the Key Contact of your Organisation. This does not preclude several members of the same organisation from registering.
There will NOT be an opportunity to verbally ask questions during the event. Any questions or clarifications in respect of this launch event should be addressed to nprprocurementteam@networkrail.co.uk. Any questions or clarifications required concerning the tender, need to be submitted via the Bravo portal as per the Instructions to Participants within the tender documentation.
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 DDPF. 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