Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
Contact
Nikki Hunter
Nikki.Hunter@networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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