Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Office
London
SE1 8SW
Contact
Megan Stirrup
megan.stirrup@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/esop/guest/go/opportunity/detail?opportunityId=57084
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/esop/guest/go/opportunity/detail?opportunityId=57084
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 Eastern Midland Main Line Electrification Partnership Framework
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Network Rail (NR) intends to select suppliers to the Midland Main Line Electrification (MMLE) Partnership Framework for an initial term of 5 years with the option to extend yearly increments up to a further 5 years.
The MMLE programme will extend electric operation on the MML through to Nottingham and Sheffield. To help realise early electrification benefits Route Section (between Market Harborough to Wigston South) has been delivered separately from the remaining route sections as a continuation of the existing programme. The scope of this procurement is for the next stage of the electrification between Wigston and Nottingham out to Sheffield. The values for each Lot are estimates only. As such, they are not guaranteed and do not act as a minimum or maximum work value for the programme nor a guarantee as to volume.
One key MMLE objective is ‘delivery on spend per single track kilometre (£/STK) target’. The recently commissioned London to Corby electrification was delivered at a rate of £3.7m per STK with the application of SPEED principles. The next stage of electrification is targeted to deliver £2.5m per STK. This programme focuses on challenging and driving down the STK rate. Details of all the MMLE objectives can be found in the Strategic Brief.
The Framework shall be split into the 4 work disciplines across the following delivery lots: Lot 1 – Power & Distribution; Lot 2 – Structures & Civils; Lot 3 – OLE & Integration; Lot 4 – Signalling & Telecoms. The values for each Lot are estimates only. As such, they are not guaranteed and do not act as a minimum or maximum work value for the programme nor a guarantee as to volume. There will be 1 Partner plus 2 pre-qualified reserve suppliers appointed to Lots 1, 2, 3 & 4 on the framework. Reserve suppliers have been included to achieve appropriate resilience in delivery and to ensure business contingency. Tenderers may bid for any number of lots, and be awarded on a maximum of 2 different lots.
The Partnership Framework includes a performance-based incentive mechanism to drive the STK rate and achieve the other MMLE objectives, including health and safety, decarbonisation and social value. Partners will be incentivised both individually and collectively.
There will be an opportunity to comment on the contractual documentation. NR will determine which, if any, changes should result in revisions to the Framework based on the objective merit of the proposed changes. Further detail is set out in the Instructions to Participants. The contractual documentation will not be subject to negotiation. The negotiations will relate to the price element only. Participants will have an opportunity to update their tenders following negotiations. Initial Tenders will be evaluated but feedback will not be shared with participants. Only feedback on Final Tenders will be shared.
Please note, that the value ranges of each Lot in the Instructions to Participants are indicative only. Similarly, whilst the Contract Notice states a Framework value cap of £1.2bn, NR currently has internal governance approval for a Framework value of £950 million (associated with the main elements of the MMLE works as currently envisaged). The higher value included in the Contract Notice is not an absolute cap but is indicative of the potential level to which the original budget could increase if additional works and services to that which is currently envisaged, are required. All values are estimates only, and the final values will depend on the precise works and services required to be delivered, the means of delivery, the way in which projects and project risks materialise, the actual rates of inflation up to completion of the programme, and other factors.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Power & Distribution
Lot No
1
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45210000 - Building construction work
- 45213320 - Construction work for buildings relating to railway transport
- 45213321 - Railway station construction work
- 45221112 - Railway bridge construction work
- 45300000 - Building installation work
- 71332000 - Geotechnical engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The project includes for wiring the existing route configuration and at the existing line speeds.
The works described within this Lot are deemed to include all supporting activities required to deliver the works including but not limited to:
• Site establishment
• Delivery and storage of equipment (access, RRAPs where required)
• Enabling works
• De-vegetation
• Surveys (intrusive or otherwise)
• Road closures
• Traffic management
• Passenger Management
• Managing specialist sub-contractors
• Supporting integration of all works through to hand back
• Working collaboratively with the client team, other interfacing contractors and
projects, design consultants engaged by the client, rail industry partners and
stakeholders.
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: £125,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 5 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
two.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10 year
framework duration.
two.2) Description
two.2.1) Title
Structures & Civils
Lot No
2
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45210000 - Building construction work
- 45213320 - Construction work for buildings relating to railway transport
- 45213321 - Railway station construction work
- 45221112 - Railway bridge construction work
- 45300000 - Building installation work
- 71332000 - Geotechnical engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The works described within this Lot are deemed to include all supporting activities required to deliver the works including:
• Site establishment
• Delivery and storage of equipment (access, RRAPs where required)
• Enabling works
• De-vegetation
• Surveys (intrusive or otherwise)
• Road closures
• Traffic management
• Passenger management
• Managing specialist sub-contractors
• Supporting integration of all works through to hand back
• Working collaboratively with the Client team, other interfacing Contractors and
projects, design consultants engaged by the Client, rail industry partners and
stakeholders.
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: £3,400,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 5 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
two.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10 year
framework duration.
two.2) Description
two.2.1) Title
Overhead Line Equipment (OLE)
Lot No
3
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45210000 - Building construction work
- 45213320 - Construction work for buildings relating to railway transport
- 45213321 - Railway station construction work
- 45221112 - Railway bridge construction work
- 45300000 - Building installation work
- 71332000 - Geotechnical engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The works described within this Lot are deemed to include all supporting activities required to deliver the works including but not limited to:
• Site establishment
• Delivery and storage of equipment (access, RRAPs where required)
• Enabling works
• De-vegetation
• Surveys (intrusive or otherwise)
• Road closures
• Traffic management
• Passenger Management
• Managing specialist sub-contractors
• Supporting integration of all works through to hand back
• Working collaboratively with the client team, other interfacing Contractors and
projects, design consultants engaged by the client, rail industry partners and
stakeholders.
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: £450,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 5 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
two.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
two.2) Description
two.2.1) Title
Signalling & Telecoms
Lot No
4
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45210000 - Building construction work
- 45213320 - Construction work for buildings relating to railway transport
- 45213321 - Railway station construction work
- 45221112 - Railway bridge construction work
- 45300000 - Building installation work
- 71332000 - Geotechnical engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The works described within this Lot are deemed to include all supporting activities required to deliver the works including but not limited to:
• Site establishment
• Delivery and storage of equipment (access, RRAPs where required)
• Enabling works
• De-vegetation
• Surveys (intrusive or otherwise)
• Road closures
• Traffic management
• Passenger Management
• Managing specialist sub-contractors
• Supporting integration of all works through to hand back
• Working collaboratively with the client team, other interfacing Contractors and projects, design consultants engaged by the client, rail industry partners and stakeholders.
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: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 5 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
two.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Holding a PCL (an NR Principle Contractors Licence) is required by successful suppliers to provide works pursuant to the MMLE programme.
Lot 3 OLE Tenderers must hold a PCL from the outset. Applicants that do not hold a PCL must submit an application for one in order to be successful in this procurement.
For all other Lots suppliers who do not hold a PCL will be required to apply for one by the award date shown in specified in the Procurement Event Timetable set out in the Instructions to Participants or communicated through BravoNR (if these dates are not the same, the dates communicated through BravoNR shall take precedence).
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.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the procurement documents.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 12
In the case of framework agreements, provide justification for any duration exceeding 8 years:
Extended term is necessary due to: 1) upfront investment 2) Cultural/Organisational
Alignment 3) Programme Flexibility 4) Working Practices 5) Standardisation 6)Skills
Shortage.
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-013856
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 December 2023
Local time
12:00pm
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: 9 (from the date stated for receipt of tender)
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 Court of England and Wales Royal Courts of Justice
Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales Royal Courts of Justice
Strand
London
WC1A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
NR will observe a standstill period following award of the MMLE Partner Framework. NR shall conduct itself in accordance with the Utilities Contracts Regulations 2016 in respect of any appeals.
Network Rail expressly reserves the right:
(i) not to award or enter into any contract as a result of the procurement process commenced by the publication of this notice;
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition;
(iii) to award one or more public contract(s) in relation to part only of the requirements covered by this notice; and/or
(iv) to award a contract(s) in stages.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom