Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
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