Tender

General Construction Framework

  • MERSEYRAIL ELECTRICS 2002 LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-037342

Procurement identifier (OCID): ocds-h6vhtk-04bcde

Published 19 November 2024, 11:49am



Section one: Contracting entity

one.1) Name and addresses

MERSEYRAIL ELECTRICS 2002 LIMITED

Rail House

LIVERPOOL

L11JF

Contact

Claire Mills

Email

cmills@merseyrail.org

Country

United Kingdom

Region code

UKD72 - Liverpool

Companies House

04356933

Internet address(es)

Main address

https://www.merseyrail.org/

Buyer's address

https://me-2-procure.org/

one.3) Communication

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

https://me-2-procure.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://me-2-procure.org/MerseyrailElectrics/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=562&Culture=en-GB

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

General Construction Framework

Reference number

MEL01-2024

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Merseyrail is seeking to engage with multiple competent and proven Suppliers under a General Construction Works framework agreement.

The opportunity is split into three (3) lots as described below:

Lot 1 - £100,000 - £1.5 Million

Lot 2 - £1 Million - £3 Million

Lot 3 - Over £2.5 Million

Where there are multiple lots, Bidders are permitted to submit a bid for an individual lot or multiple lots, but not part of a lot. However, it must be noted that lot one (1) will be restricted to SMEs only.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

£100,000 - £1.5 Million

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
  • UKD7 - Merseyside

two.2.4) Description of the procurement

Contractors will be expected to undertake the following activities and services as part of the framework scope:

Project Management activities

Pre-Construction activities

Construction activities

Post Construction activities.

Contractors will need to be able to provide a wide range of construction works as part of this framework. The following works are anticipated delivered through the framework, including but is not limited to:

Gas, Electrical and other associated Utility works

Mechanical Works

General Construction Works, including small scale demolition activities.

High / Low Voltage Works

Civils Works. Excavation, Backfill and reinstatement activities.

CIS / Comms / Public address systems.

HVAC

Signage, shelters and other associated station infrastructure activities.

Vegetation / Landscaping

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

36

This contract is subject to renewal

Yes

Description of renewals

The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years.

two.2) Description

two.2.1) Title

£1 Million - £3 Million

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
  • UKD7 - Merseyside

two.2.4) Description of the procurement

Contractors will be expected to undertake the following activities and services as part of the framework scope:

Project Management activities

Pre-Construction activities

Construction activities

Post Construction activities.

Contractors will need to be able to provide a wide range of construction works as part of this framework. The following works are anticipated delivered through the framework, including but is not limited to:

Gas, Electrical and other associated Utility works

Mechanical Works

General Construction Works, including small scale demolition activities.

High / Low Voltage Works

Civils Works. Excavation, Backfill and reinstatement activities.

CIS / Comms / Public address systems.

HVAC

Signage, shelters and other associated station infrastructure activities.

Vegetation / Landscaping

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

36

This contract is subject to renewal

Yes

Description of renewals

The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years.

two.2) Description

two.2.1) Title

Over £2.5 Million

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
  • UKD7 - Merseyside

two.2.4) Description of the procurement

Contractors will be expected to undertake the following activities and services as part of the framework scope:

Project Management activities

Pre-Construction activities

Construction activities

Post Construction activities.

Contractors will need to be able to provide a wide range of construction works as part of this framework. The following works are anticipated delivered through the framework, including but is not limited to:

Gas, Electrical and other associated Utility works

Mechanical Works

General Construction Works, including small scale demolition activities.

High / Low Voltage Works

Civils Works. Excavation, Backfill and reinstatement activities.

CIS / Comms / Public address systems.

HVAC

Signage, shelters and other associated station infrastructure activities.

Vegetation / Landscaping

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

36

This contract is subject to renewal

Yes

Description of renewals

The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Suppliers must have a minimum cover of £10 Million for Public Liability Insurance.

Lot one (1) will be restricted to SMEs only.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Suppliers must pay no less than the Real Living Wage for Liverpool as amended/updated throughout the lifetime of the contract.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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 a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

23 December 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

7 January 2025

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: 12 (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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Merseyrail Electrics 2002 Limited

Rail House, Lord Nelson Street

Liverpool

L1 1JF

Country

United Kingdom