Opportunity

Eastern Region- Reactive and Small Schemes Framework

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice reference: 2023/S 000-034600

Published 22 November 2023, 4:12pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Contact

Shem Madziba

Email

Shemunatsi.Madziba@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS 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