Notice Information
Notice Title
Southern Integrated Delivery (SID) - B&C and E&P
Notice Description
Network Rail has carried out a procurement exercise to award the CP7 Southern Integrated Delivery (SID) agreement to deliver our Control Period 7 (CP7) and potentially CP8 renewals portfolio. The SID will be a fully integrated team based on 'Project 13' principles comprising all categories of railway assets: Signalling, Track, Buildings & Civils (B&C), Electrification and Plant (E&P) and Minor Works. The scope includes the following items: development, design, manufacture, supply, installation, integration, testing and commissioning of the Southern renewals work bank. These works will be undertaken on Kent, Sussex and Wessex routes, and will primarily be focused on the delivery of the renewals portfolio, however options will be included to enable enhancements also to be delivered, subject to capacity and where the SID is considered the optimum procurement route. This notice covers the appointment of the Buildings & Civils (Lot 1) and Electrification & Plant (Lot 2) lots, where all appointed Business Partners within the SID have initially signed into a development phase agreement, scheduled from February 2023 to April 2024. The main SID agreement will be 10 years in duration (April 2024 - March 2034) and will commence in CP7 with the inclusion of a break clause prior to the commencement of CP8.
Lot Information
Lot 1 Buildings & Civils
Management and Delivery of Building and Civils works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes, and will primarily be focussed on the delivery of the renewals portfolio, however options will be included to enable enhancements also to be delivered, subject to capacity and where the SID is considered the optimum procurement route.
Options: There is an inclusion of a break clause prior to the commencement of CP8. The option to enact the break clause for Control Period 8 (CP8) will be subject to performance at the time.
Lot 2 Electrification & PlantManagement and Delivery of Electrification and Plant works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes, and will primarily be focussed on the delivery of the renewals portfolio, however options will be included to enable enhancements also to be delivered, subject to capacity and where the SID is considered the optimum procurement route.
Options: There is an inclusion of a break clause prior to the commencement of CP8. The option to enact the break clause for Control Period 8 (CP8) will be subject to performance at the time.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02f469
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010223-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45234100 - Railway construction works
Notice Value(s)
- Tender Value
- £5,300,000,000 £1B-£10B
- Lots Value
- £5,300,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- £5,300,000,000 £1B-£10B
Notice Dates
- Publication Date
- 6 Apr 20232 years ago
- Submission Deadline
- 6 Dec 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 15 Feb 20233 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 2029 - 2034
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE LTD
- Contact Name
- Matthew McCarty
- Contact Email
- southerncp7delivery@networkrail.co.uk
- Contact Phone
- +44 1908781000, +44 7701060358
Buyer Location
- Locality
- LONDON
- Postcode
- NW1 2DN
- Post Town
- North West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- TLI London, TLJ South East (England)
-
- Local Authority
- Lambeth
- Electoral Ward
- Waterloo & South Bank
- Westminster Constituency
- Vauxhall and Camberwell Green
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-02f469-2023-04-06T15:53:38+01:00",
"date": "2023-04-06T15:53:38+01:00",
"ocid": "ocds-h6vhtk-02f469",
"description": "The value stated in Section II.1.7 at PS5,300,000,000 is the estimated overall value of the Enterprise Development Agreement (EDA) and Enterprise Agreement (EA) for these lots. This covers the EDA mobilisation period prior to CP7 commencement (February 2023 - April 2024) and CP7 - CP8 (April 2024 - March 2034), assuming that the break clause for the EA at 5 years is not enacted and the EA runs for the full 10 year period. This is further broken down in Section V.2.4 Lot 1 Buildings & Civils at PS4,300,000,000 and Section V2.4 Lot 2 Electrification & Plant at PS1,000,000,000. Whilst Network Rail retains some understanding of the value of the renewals portfolio, the estimated overall value and specific lot values provided within this Contract Award Notice are purely indicative and is subject to change. This is due to a variety of reasons; the Statement of Funds Available (SoFA) is subject to change with the Final Determination taking place in October 2023, there is currently a lack of visibility on the CP8 funding and volume of work, and there is uncertainty on any upcoming changes surrounding Network Rail's transition into GBR. These, coupled with general current economic volatility affecting international markets, meant that Network Rail has had to make assumptions to provide an estimate on the contract values. For the purposes of assessing the values, Network Rail has assumed that 100% of Southern Region's renewals portfolio for CP7, known at the time of publication of the Contract Notice, would be progressed (subject to any restrictions stipulated within the Contract Notice). In addition, as the CP8 funding and volume of work is unknown, the projected costs has been made based on the CP7 estimated values. Recognising these constraints and uncertainties, the actual total value and split across each lot of the contract may vary and therefore be higher or lower than the values shown on this Contract Award Notice.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02f469",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Southern Integrated Delivery (SID) - B&C and E&P",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Network Rail has carried out a procurement exercise to award the CP7 Southern Integrated Delivery (SID) agreement to deliver our Control Period 7 (CP7) and potentially CP8 renewals portfolio. The SID will be a fully integrated team based on 'Project 13' principles comprising all categories of railway assets: Signalling, Track, Buildings & Civils (B&C), Electrification and Plant (E&P) and Minor Works. The scope includes the following items: development, design, manufacture, supply, installation, integration, testing and commissioning of the Southern renewals work bank. These works will be undertaken on Kent, Sussex and Wessex routes, and will primarily be focused on the delivery of the renewals portfolio, however options will be included to enable enhancements also to be delivered, subject to capacity and where the SID is considered the optimum procurement route. This notice covers the appointment of the Buildings & Civils (Lot 1) and Electrification & Plant (Lot 2) lots, where all appointed Business Partners within the SID have initially signed into a development phase agreement, scheduled from February 2023 to April 2024. The main SID agreement will be 10 years in duration (April 2024 - March 2034) and will commence in CP7 with the inclusion of a break clause prior to the commencement of CP8.",
"value": {
"amount": 5300000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"id": "1",
"title": "Lot 1 Buildings & Civils",
"description": "Management and Delivery of Building and Civils works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes, and will primarily be focussed on the delivery of the renewals portfolio, however options will be included to enable enhancements also to be delivered, subject to capacity and where the SID is considered the optimum procurement route.",
"value": {
"amount": 4300000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 4080
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 3
},
"selectionCriteria": {
"description": "Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender; pre-qualification will take place in two stages: 1) written questions followed by; 2) an on-site assessment and interviews focusing on health, safety, behaviours and collaboration. Network Rail intends to select three (3) applicants to the invitation to tender stage, provided each applicant satisfies the pre-qualification requirements (including minimum scoring thresholds set out in the pre-qualification instructions)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "There is an inclusion of a break clause prior to the commencement of CP8. The option to enact the break clause for Control Period 8 (CP8) will be subject to performance at the time."
},
"status": "cancelled"
},
{
"id": "2",
"title": "Lot 2 Electrification & Plant",
"description": "Management and Delivery of Electrification and Plant works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes, and will primarily be focussed on the delivery of the renewals portfolio, however options will be included to enable enhancements also to be delivered, subject to capacity and where the SID is considered the optimum procurement route.",
"value": {
"amount": 1000000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 4080
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 3
},
"selectionCriteria": {
"description": "Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender; pre-qualification will take place in two stages: 1) written questions followed by; 2) an on-site assessment and interviews focusing on health, safety, behaviours and collaboration. Network Rail intends to select three (3) applicants to the invitation to tender stage, provided each applicant satisfies the pre-qualification requirements (including minimum scoring thresholds set out in the pre-qualification instructions)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "There is an inclusion of a break clause prior to the commencement of CP8. The option to enact the break clause for Control Period 8 (CP8) will be subject to performance at the time."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKJ"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKJ"
}
],
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://networkrail.bravosolution.co.uk/",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "Applicants are referred to the procurement documents for information about Network Rail's rules and criteria for participation."
},
"submissionTerms": {
"depositsGuarantees": "A Bond / Parent Company Guarantee may be required.",
"languages": [
"en"
]
},
"contractTerms": {
"financialTerms": "The main financing conditions, payment mechanism, performance standards and incentive mechanism are described in the procurement documents. The draft procurement documents are available via our electronic procurement system (BravoNR) and tender documents will be updated prior to the formal issue of the invitation to tender. The form of the contract governing these arrangements will be based on an amended version of the NR21.",
"tendererLegalForm": "Network Rail will accept pre-qualification and tender submissions from single entities or consortia. Network Rail does not require those consortia who intend to form a single legal entity to do so at the pre-qualification stage, however this shall be required at the point of contract award. If consortia members change at any point during the procurement process, Network Rail reserves the right to revisit the pre-qualification stages to consider the impact of the updated information.",
"performanceTerms": "Applicants are referred to the procurement documents for further information."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"secondStage": {
"successiveReduction": true,
"invitationDate": "2022-03-14T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-12-06T12:00:00Z"
},
"hasRecurrence": true,
"reviewDetails": "Network Rail will incorporate a minimum 10 calendar day standstill period after notification to unsuccessful bidders and until such point will not enter into a contract for this requirement. Part 5 of the Utilities Contracts Regulations 2016 sets out the remedies available to economic operators and provides for aggrieved economic operators to take action in the High Court of England and Wales.",
"recurrence": {
"description": "2029 - 2034"
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-02-15"
},
"newValue": {
"date": "2034-03-31"
},
"where": {
"section": "V.2.1)",
"label": "(dd/mm/yyyy)"
},
"relatedLot": "1"
},
{
"oldValue": {
"date": "2023-02-15"
},
"newValue": {
"date": "2034-03-31"
},
"where": {
"section": "V.2.1)",
"label": "(dd/mm/yyyy)"
},
"relatedLot": "2"
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-448",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd"
},
"address": {
"streetAddress": "1 Eversholt Street",
"locality": "London",
"region": "UKJ",
"postalCode": "NW1 2DN",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7701060358",
"email": "SouthernCP7Delivery@NetworkRail.co.uk",
"url": "https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=52345"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.networkrail.co.uk/",
"buyerProfile": "http://www.networkrail.co.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-449",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"locality": "London",
"postalCode": "WC2A 1AA",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody",
"reviewContactPoint"
]
},
{
"id": "GB-FTS-77771",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd"
},
"address": {
"streetAddress": "Waterloo General Office",
"locality": "London",
"region": "UKJ",
"postalCode": "SE1 8SW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Matthew McCarty",
"telephone": "+44 7701060358",
"email": "SouthernCP7Delivery@NetworkRail.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.networkrail.co.uk/",
"buyerProfile": "http://www.networkrail.co.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-77773",
"name": "VolkerFitzpatrick",
"identifier": {
"legalName": "VolkerFitzpatrick"
},
"address": {
"streetAddress": "Hertford Road",
"locality": "Hertfordshire",
"region": "UK",
"postalCode": "EN11 9BX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-77774",
"name": "Octavius Infrastructure Limited",
"identifier": {
"legalName": "Octavius Infrastructure Limited"
},
"address": {
"streetAddress": "4th Floor 45 London Road",
"locality": "Reigate",
"region": "UK",
"postalCode": "RH2 9PY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd"
},
"address": {
"streetAddress": "Waterloo General Offices",
"locality": "London",
"region": "UKJ",
"postalCode": "SE1 8SW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Matthew McCarty",
"telephone": "+44 1908781000",
"email": "SouthernCP7Delivery@NetworkRail.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.networkrail.co.uk/"
}
}
],
"buyer": {
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en",
"awards": [
{
"id": "007899-2023-1",
"relatedLots": [
"1"
],
"title": "Lot 1 Buildings & Civils",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-77773",
"name": "VolkerFitzpatrick"
}
]
},
{
"id": "007899-2023-2",
"relatedLots": [
"2"
],
"title": "Lot 2 Electrification & Plant",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-77774",
"name": "Octavius Infrastructure Limited"
}
]
}
],
"contracts": [
{
"id": "007899-2023-1",
"awardID": "007899-2023-1",
"title": "Lot 1 Buildings & Civils",
"status": "active",
"value": {
"amount": 4300000000,
"currency": "GBP"
},
"dateSigned": "2023-02-15T00:00:00Z"
},
{
"id": "007899-2023-2",
"awardID": "007899-2023-2",
"title": "Lot 2 Electrification & Plant",
"status": "active",
"value": {
"amount": 1000000000,
"currency": "GBP"
},
"dateSigned": "2023-02-15T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "bids",
"relatedLot": "2",
"value": 2
}
]
}
}