Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Contact
Shem Madziba
Shemunatsi.Madziba@networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.networkrail.co.uk/
Buyer's 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://www.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://www.networkrail.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.networkrail.bravosolution.co.uk
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Eastern Region- Reactive and Small Schemes Framework
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Network Rail intends to procure a framework for Reactive and Small Scheme works covering its building and civil assets within the Eastern Region. The types of works to be procured under the framework will be reactive works and small schemes that are of low complexity. Such works predominately impact the operation of the railway and will cover the following categories of works:
Reactive call outs (Emergency & Urgent)
Planned Preventative Maintenance works (PPM)
Small schemes
The Reactive and Small Schemes framework is envisaged to be the Eastern Region’s route to market to deliver such projects and requirements under NR’s Strategic Business Plan during CP7.
The framework will be lotted as outlined below covering the geographical scope of the Eastern Region (https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/):
Lot 1 - Civil Assets (Covering North & East, East Coast and East Midlands Routes)
Lot 2 – Civil Assets (Covering Anglia Route)
Lot 3 – Building Assets (Covering North & East, East Coast and East Midlands Routes)
Lot 4 – Building Assets (Covering Anglia Route)
To ensure supply chain resilience NR will retain the flexibility to allow Suppliers to work across Lots but only restricted to their specific discipline. This will only apply in instances where it has been deemed by NR that Suppliers within the relevant Lot under the same discipline cannot fulfil Network Rail’s requirement(s).
The initial term of the framework is 5 years with the option to extend for a further two periods of one year each.
The indicative values provided for each of the Lots are estimates only, these are based on CP7 Strategic Business Plan budgets rather than delivery plan values. As such, they are not guaranteed and do not act as a minimum or maximum workbank value for the control period or a volume guarantee.
The maximum value of the framework exceeds the combined value of the lots, this is so as the value is inclusive of the estimated values of optional extensions for the framework.
Examples of work types to be covered and delivered under the scope of the framework include (but are not limited to):
o Geotechnical - small scheme emerging works (from reactive), Maintain KVLs
o Maintenance of foot bridges, under bridges, overbridges, tunnels, culverts, structural integrity
o Rock cuttings, soil cuttings, earthworks first response etc
o Buildings – small scheme emerging works (from reactive)
o Structures – small scheme emerging works (from reactive), Structural integrity
Negotiations to be conducted as part of the tender process will relate to the price element only. Participants will have an opportunity to update the pricing elements of 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 following completion of evaluation of the tenders.
two.1.5) Estimated total value
Value excluding VAT: £1,146,851,865.05
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
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Refer to the Instructions to Participants document issued as part of the tender.
two.2) Description
two.2.1) Title
Lot 1 - Civil Assets (North & East, East Coast & East Midlands)
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
- 45213321 - Railway station construction work
- 45221112 - Railway bridge construction work
- 45221220 - Culverts
- 45233161 - Footpath construction work
- 45233253 - Surface work for footpaths
- 71332000 - Geotechnical engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
NR Eastern Region, North & East, East Coast & East Midlands routes
two.2.4) Description of the procurement
The types of works to be delivered are for Civil assets; these will fall into the following categories:
- Reactive call outs (Emergency and Urgent)
- Planned Preventative Maintenance works (PPM)
- Small schemes
Examples of the types of works to be delivered for each category will include but not limited to:
o Reactive Call outs (Emergency and Urgent)
- Flood response, debris removal, desilting and over pumping, drainage clearance
- Bridge strike response, parapet repairs, fall arrest
- Monitoring/rectifying earthwork movement, landslips, vegetation management
- Urgent concrete/brickwork repairs, footbridge reinstatement
o Planned and Preventative Maintenance
- Concrete/brickwork repairs to walls, bridges, tunnels and culverts
- Bridge maintenance/repair – concrete, timber, masonry, steelwork
- Earthwork maintenance, light rock scaling, vermin and vegetation management
- Ditch installation and clearance, culvert lining, jetting/CCTV
o Small Schemes
- Non-complex structures renewals
- Non-complex earthwork renewals
- Significant campaign works across a high number of locations
- such as installation of fall prevention across multiple routes
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: £372,094,062.12
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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: Yes
Description of options
The initial term of the framework is 5 years with the option to extend for a further two periods of one year each.
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 provided is for guidance only and is based on the projected spend for the framework duration and is inclusive estimated uplifts.
two.2) Description
two.2.1) Title
Lot 2 - Civil Assets (Anglia)
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
- 45213321 - Railway station construction work
- 45221112 - Railway bridge construction work
- 45221220 - Culverts
- 45233161 - Footpath construction work
- 45233253 - Surface work for footpaths
- 71332000 - Geotechnical engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
NR Eastern Region, Anglia route.
two.2.4) Description of the procurement
The types of works to be delivered are for Civil assets; these will fall into the following categories:
- Reactive call outs (Emergency and Urgent)
- Planned Preventative Maintenance works (PPM)
- Small schemes
Examples of the types of works to be delivered for each category will include but not limited to:
o Reactive Call outs (Emergency and Urgent)
- Flood response, debris removal, desilting and over pumping, drainage clearance
- Bridge strike response, parapet repairs, fall arrest
- Monitoring/rectifying earthwork movement, landslips, vegetation management
- Urgent concrete/brickwork repairs, footbridge reinstatement
o Planned and Preventative Maintenance
- Concrete/brickwork repairs to walls, bridges, tunnels and culverts
- Bridge maintenance/repair – concrete, timber, masonry, steelwork
- Earthwork maintenance, light rock scaling, vermin and vegetation management
- Ditch installation and clearance, culvert lining, jetting/CCTV
o Small Schemes
- Non-complex structures renewals
- Non-complex earthwork renewals
- Significant campaign works across a high number of locations
- such as installation of fall prevention across multiple routes
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: £102,283,946.24
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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: Yes
Description of options
The initial term of the framework is 5 years with the option to extend for a further two periods of one year each.
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 provided is for guidance only and is based on the projected spend for the framework duration and is inclusive estimated uplifts.
two.2) Description
two.2.1) Title
Lot 3 - Buildings (North & East, East Coast and East Midlands)
Lot No
3
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45213300 - Buildings associated with transport
- 45213321 - Railway station construction work
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Eastern Region, North & East, East Coast and East Midlands.
two.2.4) Description of the procurement
The types of works to be delivered are for Building assets; these will fall into the following categories:
- Reactive call outs (Emergency and Urgent)
- Planned Preventative Maintenance works (PPM)
- Small schemes
Examples of the types of works to be delivered for each category will include but not limited to:
o Reactive Call outs (Emergency and Urgent)
- Roof repairs, collapsed drainage, Water supply issues
- Platform repairs, Building repairs
- Canopy repairs, Lineside building repairs
- Footbridge repairs, Car park repairs
- Vehicle mitigation repairs, Fencing repairs
o Planned and Preventative Maintenance
- Fall arrest PPM
- Canopy gutters and Gulley PPM,
- Visual inspections of lineside buildings
- Actions arising from Legionella risk assessments
- Chemical services
- Asbestos inspections and removal
o Small Schemes
- Refurbishment of working at height systems, access walkways and fall restraint systems
- Platform refurbishment, both timber and non-timber systems
- Surface repairs to platforms, car parks and walkways
- Concrete and brick repairs to platforms, buildings and walls.
- Structural repairs to footbridges, platforms, buildings
- Fuel and water tank renewals
- Canopy Renewals and structural repairs.
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: £198,636,574.50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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: Yes
Description of options
The initial term of the framework is 5 years with the option to extend for a further two periods of one year each.
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 provided is for guidance only and is based on the projected spend for the framework duration and is inclusive estimated uplifts.
two.2) Description
two.2.1) Title
Lot 4 - Buildings (Anglia)
Lot No
4
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45213300 - Buildings associated with transport
- 45213321 - Railway station construction work
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
NR Eastern Region, Anglia route
two.2.4) Description of the procurement
The types of works to be delivered are for Building assets; these will fall into the following categories:
- Reactive call outs (Emergency and Urgent)
- Planned Preventative Maintenance works (PPM)
- Small schemes
Examples of the types of works to be delivered for each category will include but not limited to:
o Reactive Call outs (Emergency and Urgent)
- Roof repairs, collapsed drainage, Water supply issues
- Platform repairs, Building repairs
- Canopy repairs, Lineside building repairs
- Footbridge repairs, Car park repairs
- Vehicle mitigation repairs, Fencing repairs
o Planned and Preventative Maintenance
- Fall arrest PPM
- Canopy gutters and Gulley PPM,
- Visual inspections of lineside buildings
- Actions arising from Legionella risk assessments
- Chemical services
- Asbestos inspections and removal
o Small Schemes
- Refurbishment of working at height systems, access walkways and fall restraint systems
- Platform refurbishment, both timber and non-timber systems
- Surface repairs to platforms, car parks and walkways
- Concrete and brick repairs to platforms, buildings and walls.
- Structural repairs to footbridges, platforms, buildings
- Fuel and water tank renewals
- Canopy Renewals and structural repairs.
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: £95,972,463.60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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: Yes
Description of options
The initial term of the framework is 5 years with the option to extend for further two periods of one year each.
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 provided is for guidance only and is based on the projected spend for the framework duration and is inclusive 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
Successful tenderers shall hold a Network Rail Principle Contractors Licence(PCL) in order to provide works pursuant to the framework. Applicants that do not hold a PCL must submit an application for one in order to be successful in this procurement. Further information is set out in the Instructions to Participants.
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
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: 16
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
15 January 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2 February 2024
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: 120 (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
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 NR Eastern Region Reactive and Small Schemes 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