Tender

Energy Performance Contracts

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice identifier: 2022/S 000-018592

Procurement identifier (OCID): ocds-h6vhtk-034f48

Published 7 July 2022, 10:39am



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Contact

Nikki Hunter

Email

Nikki.Hunter@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.co.uk

Buyer's 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.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Energy Performance Contracts

two.1.2) Main CPV code

  • 71314000 - Energy and related services

two.1.3) Type of contract

Services

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 currently managed by the country’s train operating companies.

NR are undertaking a Decarbonisation/ Energy Efficiency Programme across a range of built assets in all Regions. We have already completed over 150 energy audits so far and identified significant potential to reduce carbon and energy use.

Network Rail Route Services have national targets to achieve carbon and energy reductions in their operations as outlined in our Environmental Sustainability Strategy. An overview of Network Rail scope of activities may be found on our web site (https://www.networkrail.co.uk/wp-content/uploads/2020/09/NR-Environmental-Strategy-FINAL-web.pdf).

To contribute to the achievement of these aims, Network Rail intend to award contracts as a result of this procurement to qualified and capable Energy Services Companies (ESCo’s and the Suppliers under the Framework resulting from this procurement) to provide proposals as part of a call off of services from Suppliers on the Framework Agreement for the provision of Energy Performance Contract (EPC) services. An EPC is a form of financing for capital improvements which allows for funding of energy upgrades from cost reductions. Under an EPC arrangement the Supplier implements a project to deliver energy efficiencies and/or a renewable energy project and uses the stream of income from the cost savings, or the renewable energy produced, to repay the costs of the project, including the costs of the investment and cost of financing.

The purpose of this procurement is the competitive selection of up to three Suppliers for Framework Agreement award.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71314100 - Electrical services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71314310 - Heating engineering services for buildings

two.2.3) Place of performance

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

London

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 currently managed by the country’s train operating companies.

NR are undertaking a Decarbonisation/ Energy Efficiency Programme across a range of built assets in all Regions. We have already completed over 150 energy audits so far and identified significant potential to reduce carbon and energy use.

Network Rail Route Services have national targets to achieve carbon and energy reductions in their operations as outlined in our Environmental Sustainability Strategy. An overview of Network Rail scope of activities may be found on our web site (https://www.networkrail.co.uk/wp-content/uploads/2020/09/NR-Environmental-Strategy-FINAL-web.pdf).

To contribute to the achievement of these aims, Network Rail intend to award contracts as a result of this procurement to qualified and capable Energy Services Companies (ESCo’s and the Suppliers under the Framework resulting from this procurement) to provide proposals as part of a call off of services from Suppliers on the Framework Agreement for the provision of Energy Performance Contract (EPC) services. An EPC is a form of financing for capital improvements which allows for funding of energy upgrades from cost reductions. Under an EPC arrangement the Supplier implements a project to deliver energy efficiencies and/or a renewable energy project and uses the stream of income from the cost savings, or the renewable energy produced, to repay the costs of the project, including the costs of the investment and cost of financing.

The purpose of this procurement is the competitive selection of up to three Suppliers for Framework Agreement award.

Network Rail’s portfolio of buildings consist of offices, stations, depots, route operating centres, electrical control rooms, signalling centres and other operational infrastructure as detailed in Property Description in Annex 1. Most properties in this portfolio will be optionally covered by the Framework contract. It is intended that Network Rail will regularly release batches of property for EPC activities throughout the term of the Framework Agreement.

EPC services may be requested for any location in Network Rail property portfolio in all parts of Great Britain.

The Network Rail property portfolio is managed by 5 regional organizations, supported by centralised functions in the Authority. This framework contract will be awarded by the central commercial and procurement teams acting on behalf of the Authority and the regional organisations.

The exact number of and type of properties for EPC consideration during the term of the Framework Agreement will be dependent on Network Rail’s discretion, operational constraints and the Suppliers’ capability.

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: £40,000,000

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

Objective criteria for choosing the limited number of candidates:

As detailed in the Procurement Documents.

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

As detailed in the Procurement Documents.

Minimum level(s) of standards possibly required

As detailed in the Procurement Documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

As detailed in the Procurement Documents.

Minimum level(s) of standards possibly required

As detailed in the Procurement Documents.

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As detailed 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: 3

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

5 August 2022

Local time

10:00am

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

7 September 2022

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

Tender must be valid until: 3 April 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court of England & Wales

7 Rolls Building, Fetter Lane

London

EC4A 1NL

Country

United Kingdom