Tender

Scotland's Railway - Scotland Signalling, Power and Communications Framework

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice identifier: 2023/S 000-018521

Procurement identifier (OCID): ocds-h6vhtk-03dd7a

Published 29 June 2023, 12:11pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Email

mark.lawson2@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://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/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

Scotland's Railway - Scotland Signalling, Power and Communications Framework

two.1.2) Main CPV code

  • 45234115 - Railway signalling works

two.1.3) Type of contract

Works

two.1.4) Short description

Scotland's Railway is running a procurement event that will engage one (1) contractor in the delivery of the Signalling Power & Communications works, across Scotland. The procurement shall be awarded under a nil value NR30 Framework Commission Agreement.

The initial estimate of the value of works currently intended to be awarded under the Framework is approximately £150m over the effective period of the Framework.

two.1.5) Estimated total value

Value excluding VAT: £150,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31200000 - Electricity distribution and control apparatus
  • 32234000 - Closed-circuit television cameras
  • 32235000 - Closed-circuit surveillance system
  • 32520000 - Telecommunications cable and equipment
  • 34632200 - Electrical signalling equipment for railways
  • 34632300 - Electrical installations for railways
  • 45232332 - Ancillary works for telecommunications
  • 45234100 - Railway construction works
  • 45234115 - Railway signalling works
  • 45234140 - Level crossing construction works
  • 45314000 - Installation of telecommunications equipment
  • 48952000 - Public address systems
  • 71320000 - Engineering design services
  • 71530000 - Construction consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scotland Signalling, Power & Communications Framework (SSPCF) will deliver signalling works, power and distribution, level crossings and telecoms renewals and enhancements for Scotland’s Railway.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2024

End date

31 March 2029

This contract is subject to renewal

No

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

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

As stated in the Instructions to Participants

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Framework Agreement may be extended by 3 years for a maximum duration of 8 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


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

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

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 a single operator

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

3 August 2023

Local time

12:00pm

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

15 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: 6 (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

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court England and Wales

7 Rolls Building, Fetter Lane

London

EC4A 1NL

Country

United Kingdom