Opportunity

Network Rail, Transpennine Route Upgrade (TRU), European Train Control System (ETCS) GRIP 4 -8 Framework Award

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice reference: 2021/S 000-026469

Published 21 October 2021, 10:45pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Contact

Kerry Kniveton

Email

TRUETCS@networkrail.co.uk

Telephone

+44 7734648038

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://www.networkrail.bravosolutions.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.networkrail.bravosolutions.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

Network Rail, Transpennine Route Upgrade (TRU), European Train Control System (ETCS) GRIP 4 -8 Framework Award

two.1.2) Main CPV code

  • 34632000 - Railways traffic-control equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

A competitive procurement process to establish a sole supplier to enter into a framework agreement with Network Rail for the delivery of GRIP 4 – 8 European Train Control System (ETCS) works on the Transpennine Route Upgrade (TRU) programme between Manchester Victoria and York.

The first commission contract under the framework is likely to focus on ETCS deployment between Stalybridge and Cottingley, with ETCS deployment between Cottingley through Leeds Station and then on to Colton Junction being contracted if approved by the Network Rail client and brought into the TRU portfolio.

Please see the detailed description at Section II.2.4 of this Contract Notice for further details on the scope of this procurement.

two.1.5) Estimated total value

Value excluding VAT: £228,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34632200 - Electrical signalling equipment for railways
  • 34632300 - Electrical installations for railways
  • 34942000 - Signalling equipment
  • 34942100 - Signal posts
  • 34942200 - Signalling boxes
  • 34943000 - Train-monitoring system
  • 48140000 - Railway traffic control software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Following the issue of Prior Information Notice References 2021/S 000-011765 & 2021/S 000-020258, and subsequent market engagement events which took place week commencing 21st June 2021 and week commencing 13th September 2021, Network Rail now intends to commence a competitive procurement process to award a Framework Contract to a single contractor for the delivery of ETCS on TRU.

The purpose of the TRU programme is to deliver improvements to connectivity and capacity on the route between Manchester Victoria and Selby / York via Huddersfield and Leeds. The Department for Transport (DfT) has confirmed its high-level strategic outcomes for the Transpennine Route Upgrade Programme to be as follows:

1) Leeds to Manchester Victoria target journey time of 43 minutes with 1 stop.

2) York to Manchester Victoria target journey time of 67 minutes with 2 stops.

3) Capacity to deliver the Indicative Train Service Specification, (ITSS) v1.2.

4) Capability to operate:

• 8 x 24m vehicles for InterCity services,

• 6 x 24m maximum for local services.

5) Achieve a reduction of Average Minutes Lateness of 50% compared to the current base case.

6) Performance of 92.5% of the specified train services shall arrive at four key stations within 0-5mins of the timetabled arrival time.

ETCS Contractor Requirements

The ETCS contractor appointed under this procurement procedure will be required to support each of the above outcomes through delivery of elements of an ETCS system* capable of delivering Indicative Train Service Specification (ITSS) v1.2 and its associated timetable. The supplier will also be responsible for the full technical integration and entry into service of the final complete ETCS system.

As noted previously, the initial focus for the work will be in the West of Leeds area (Manchester Victoria to Leeds), with transitions west of Stalybridge and at Cottingley , controlled from the relevant Rail Operating Centre (ROC).

* Radio Block Centre (RBC), balises and signage which will be required to interface to existing computer based interlockings and associated retained conventional lineside infrastructure and visual display unit-based signalling control systems. Please note: Applicants will be required to supply interfaces with the existing computer based interlockings at no cost to Network Rail in order that Network Rail may comply with the Regulations, in particular the duty to treat each Applicant equally.

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

Duration in months

96

This contract is subject to renewal

No

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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 November 2021

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


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

High Courts of England and Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom