Notice Information
Notice Title
Network Rail, Transpennine Route Upgrade (TRU), European Train Control System (ETCS) GRIP 4 -8 Framework Award
Notice Description
A competitive procurement process to establish a sole supplier to enter into a framework agreement with Network Rail for the delivery of GRIP 4 - 8 European Train Control System (ETCS) works on the Transpennine Route Upgrade (TRU) programme between Manchester Victoria and York. The first commission contract under the framework is likely to focus on ETCS deployment between Stalybridge and Cottingley, with ETCS deployment between Cottingley through Leeds Station and then on to Colton Junction being contracted if approved by the Network Rail client and brought into the TRU portfolio. Please see the detailed description at Section II.2.4 of this Contract Notice for further details on the scope of this procurement.
Lot Information
Lot 1
Following the issue of Prior Information Notice References 2021/S 000-011765 & 2021/S 000-020258, and subsequent market engagement events which took place week commencing 21st June 2021 and week commencing 13th September 2021, Network Rail now intends to commence a competitive procurement process to award a Framework Contract to a single contractor for the delivery of ETCS on TRU. The purpose of the TRU programme is to deliver improvements to connectivity and capacity on the route between Manchester Victoria and Selby / York via Huddersfield and Leeds. The Department for Transport (DfT) has confirmed its high-level strategic outcomes for the Transpennine Route Upgrade Programme to be as follows: 1) Leeds to Manchester Victoria target journey time of 43 minutes with 1 stop. 2) York to Manchester Victoria target journey time of 67 minutes with 2 stops. 3) Capacity to deliver the Indicative Train Service Specification, (ITSS) v1.2. 4) Capability to operate: * 8 x 24m vehicles for InterCity services, * 6 x 24m maximum for local services. 5) Achieve a reduction of Average Minutes Lateness of 50% compared to the current base case. 6) Performance of 92.5% of the specified train services shall arrive at four key stations within 0-5mins of the timetabled arrival time. ETCS Contractor Requirements The ETCS contractor appointed under this procurement procedure will be required to support each of the above outcomes through delivery of elements of an ETCS system* capable of delivering Indicative Train Service Specification (ITSS) v1.2 and its associated timetable. The supplier will also be responsible for the full technical integration and entry into service of the final complete ETCS system. As noted previously, the initial focus for the work will be in the West of Leeds area (Manchester Victoria to Leeds), with transitions west of Stalybridge and at Cottingley , controlled from the relevant Rail Operating Centre (ROC). * Radio Block Centre (RBC), balises and signage which will be required to interface to existing computer based interlockings and associated retained conventional lineside infrastructure and visual display unit-based signalling control systems. Please note: Applicants will be required to supply interfaces with the existing computer based interlockings at no cost to Network Rail in order that Network Rail may comply with the Regulations, in particular the duty to treat each Applicant equally.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02eed2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/026469-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
48 - Software package and information systems
-
- CPV Codes
34632000 - Railways traffic-control equipment
34632200 - Electrical signalling equipment for railways
34632300 - Electrical installations for railways
34942000 - Signalling equipment
34942100 - Signal posts
34942200 - Signalling boxes
34943000 - Train-monitoring system
48140000 - Railway traffic control software package
Notice Value(s)
- Tender Value
- £228,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Oct 20214 years ago
- Submission Deadline
- 3 Nov 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE LTD
- Contact Name
- Kerry Kniveton
- Contact Email
- truetcs@networkrail.co.uk
- Contact Phone
- +44 7734648038
Buyer Location
- Locality
- LONDON
- Postcode
- NW1 2DN
- Post Town
- North West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI36 Camden
- Delivery Location
- Not specified
-
- Local Authority
- Camden
- Electoral Ward
- Regent's Park
- Westminster Constituency
- Holborn and St Pancras
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02eed2-2021-10-21T22:45:11+01:00",
"date": "2021-10-21T22:45:11+01:00",
"ocid": "ocds-h6vhtk-02eed2",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02eed2",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Network Rail, Transpennine Route Upgrade (TRU), European Train Control System (ETCS) GRIP 4 -8 Framework Award",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "34632000",
"description": "Railways traffic-control equipment"
},
"mainProcurementCategory": "goods",
"description": "A competitive procurement process to establish a sole supplier to enter into a framework agreement with Network Rail for the delivery of GRIP 4 - 8 European Train Control System (ETCS) works on the Transpennine Route Upgrade (TRU) programme between Manchester Victoria and York. The first commission contract under the framework is likely to focus on ETCS deployment between Stalybridge and Cottingley, with ETCS deployment between Cottingley through Leeds Station and then on to Colton Junction being contracted if approved by the Network Rail client and brought into the TRU portfolio. Please see the detailed description at Section II.2.4 of this Contract Notice for further details on the scope of this procurement.",
"value": {
"amount": 228000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Following the issue of Prior Information Notice References 2021/S 000-011765 & 2021/S 000-020258, and subsequent market engagement events which took place week commencing 21st June 2021 and week commencing 13th September 2021, Network Rail now intends to commence a competitive procurement process to award a Framework Contract to a single contractor for the delivery of ETCS on TRU. The purpose of the TRU programme is to deliver improvements to connectivity and capacity on the route between Manchester Victoria and Selby / York via Huddersfield and Leeds. The Department for Transport (DfT) has confirmed its high-level strategic outcomes for the Transpennine Route Upgrade Programme to be as follows: 1) Leeds to Manchester Victoria target journey time of 43 minutes with 1 stop. 2) York to Manchester Victoria target journey time of 67 minutes with 2 stops. 3) Capacity to deliver the Indicative Train Service Specification, (ITSS) v1.2. 4) Capability to operate: * 8 x 24m vehicles for InterCity services, * 6 x 24m maximum for local services. 5) Achieve a reduction of Average Minutes Lateness of 50% compared to the current base case. 6) Performance of 92.5% of the specified train services shall arrive at four key stations within 0-5mins of the timetabled arrival time. ETCS Contractor Requirements The ETCS contractor appointed under this procurement procedure will be required to support each of the above outcomes through delivery of elements of an ETCS system* capable of delivering Indicative Train Service Specification (ITSS) v1.2 and its associated timetable. The supplier will also be responsible for the full technical integration and entry into service of the final complete ETCS system. As noted previously, the initial focus for the work will be in the West of Leeds area (Manchester Victoria to Leeds), with transitions west of Stalybridge and at Cottingley , controlled from the relevant Rail Operating Centre (ROC). * Radio Block Centre (RBC), balises and signage which will be required to interface to existing computer based interlockings and associated retained conventional lineside infrastructure and visual display unit-based signalling control systems. Please note: Applicants will be required to supply interfaces with the existing computer based interlockings at no cost to Network Rail in order that Network Rail may comply with the Regulations, in particular the duty to treat each Applicant equally.",
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34632200",
"description": "Electrical signalling equipment for railways"
},
{
"scheme": "CPV",
"id": "34632300",
"description": "Electrical installations for railways"
},
{
"scheme": "CPV",
"id": "34942000",
"description": "Signalling equipment"
},
{
"scheme": "CPV",
"id": "34942100",
"description": "Signal posts"
},
{
"scheme": "CPV",
"id": "34942200",
"description": "Signalling boxes"
},
{
"scheme": "CPV",
"id": "34943000",
"description": "Train-monitoring system"
},
{
"scheme": "CPV",
"id": "48140000",
"description": "Railway traffic control software package"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "http://www.networkrail.bravosolutions.co.uk/",
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-11-03T17:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-448",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd"
},
"address": {
"streetAddress": "1 Eversholt Street",
"locality": "London",
"region": "UK",
"postalCode": "NW1 2DN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Kerry Kniveton",
"telephone": "+44 7734648038",
"email": "TRUETCS@networkrail.co.uk",
"url": "http://www.networkrail.bravosolutions.co.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.networkrail.co.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-32525",
"name": "High Courts of England and Wales",
"identifier": {
"legalName": "High Courts of England and Wales"
},
"address": {
"streetAddress": "Royal Courts of Justice, Strand",
"locality": "London",
"postalCode": "WC1A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-448",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en"
}