Section one: Contracting entity
one.1) Name and addresses
MERSEYRAIL ELECTRICS 2002 LIMITED
Rail House
LIVERPOOL
L11JF
Contact
Claire Mills
Country
United Kingdom
Region code
UKD72 - Liverpool
Companies House
04356933
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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