Notice Information
Notice Title
Southern Integrated Delivery (SID) - Signalling and Track
Notice Description
Network Rail intends to establish a value driven, collaborative integrated relationship that will deliver our Control Period 7 (CP7) and potentially CP8 renewals portfolio. Network Rail Southern Region is seeking to achieve a step change in the way renewals are delivered on its network, making the most of modern methods of working and technology, collaboration and relationship focused contracting, and a portfolio focus to achieve the objectives of the Strategic Business Plan (SBP). Southern Integrated Delivery (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 SID will bring together the strengths, capabilities, and knowledge of the supply chain and Network Rail and the scope is expected to include some or all of 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. The establishment of the SID will be undertaken in two tranches, the first of which was for the procurement of the Buildings & Civils and Electrification & Plant Business Partners for which the Contract Notice was published on 5th November 2021 (publication reference: 2021/S 000-027900). This notice pertains to the second tranche of procurement and is for the appointment of a Signalling Business Partner and a Track Business Partner.
Lot Information
Signalling
Management and Delivery of Signalling works on the Railway. These works will be undertaken within the Southern Region 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. The Signalling Integrator Business Partner will be required to undertake, without technical bias: * Early-stage development including all work types (renewals and refurbishment) typically GRIP 1 to 3 * Detailed design, construction and commissioning of all work types (GRIP 4 to 8) including targeted Interventions, Level Crossings and telecommunications associated with the signalling works, with the exception of major renewals as described below - which will be undertaken by Original Equipment Manufacturers (OEM) providers appointed within the Eco-system * Manage, coordinate and oversee the delivery for all appointed Eco-System OEM providers - who will be remitted to undertake major Signalling renewals, typically Re-Signalling, Re-lock, Re-control and ETCS schemes (typically GRIP 4 to 8 works, however where considered the optimum delivery strategy, the OEM may be appointed during the development phase) * Self-delivery of mid-size schemes/asset-life extension works. Additional information: The main SID agreement will be 10 years in duration and will commence in CP7 with the inclusion of a break clause prior to the commencement of CP8. The options to enact the break clause for Control Period 8 (CP8) will be subject to performance at the time.
TrackManagement and Delivery of Track works on the Railway. These works will be undertaken within the Southern Region 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. The scope will cover the site investigation, survey, design, planning and installation of track works, including the renewal, removal, refurbishment or new installation of plain line track, track drainage or switches and crossings by whatever means. This is including, but not limited to, the following associated track work items: Re-alignment, lifting and lowering of track, 3rd Rail, Remote condition monitoring, removal, replacement or new installation of lineside plant such as rail lubricators, fencing and rail crossings - road, access and pedestrian crossings, civils associated with these activities; cabinet bases, walkways, troughing routes, under track crossings, platform works. This notice also includes the following standalone items, i.e. not in association with track works: Track drainage renewal, removal, refurbishment or new installation, track bed stabilisation - works to track formation and sub-structure, rail crossings - road, access and pedestrian crossings and associated minor signalling and telecoms work. Additional information: The main SID agreement will be 10 years in duration and will commence in CP7 with the inclusion of a break clause prior to the commencement of CP8. The options 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-0303e2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031851-2021
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
45 - Construction work
48 - Software package and information systems
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
34632300 - Electrical installations for railways
34943000 - Train-monitoring system
45000000 - Construction work
45200000 - Works for complete or part construction and civil engineering work
45234100 - Railway construction works
45234113 - Demolition of tracks
45234115 - Railway signalling works
45234116 - Track construction works
45234140 - Level crossing construction works
45310000 - Electrical installation work
45316000 - Installation work of illumination and signalling systems
45316200 - Installation of signalling equipment
48140000 - Railway traffic control software package
71000000 - Architectural, construction, engineering and inspection services
71300000 - Engineering services
71311230 - Railway engineering services
71320000 - Engineering design services
71500000 - Construction-related services
71631470 - Railway-track inspection services
79420000 - Management-related services
Notice Value(s)
- Tender Value
- £9,600,000,000 £1B-£10B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Dec 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 31 Jan 2022Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE LTD
- Contact Name
- Matthew McCarty
- Contact Email
- matthew.mccarty@networkrail.co.uk
- Contact Phone
- +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)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI36 Camden
- Delivery Location
- TLI London, TLJ South East (England)
-
- Local Authority
- Camden
- Electoral Ward
- Regent's Park
- Westminster Constituency
- Holborn and St Pancras
Further Information
Notice URLs
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-0303e2-2021-12-20T22:45:06Z",
"date": "2021-12-20T22:45:06Z",
"ocid": "ocds-h6vhtk-0303e2",
"description": "It is envisaged that all appointed members of the SID will initially sign into a development phase agreement which is scheduled to commence in January 2023 and run up until April 2024. Following which, all Partners will sign into a multi-party SID Agreement based on an NR21 alliance form of contract. The main SID agreement will be 10 years in duration and will commence in CP7 with the inclusion of a break clause prior to the commencement of CP8. Options to enact the break clause for Control Period 8 (CP8) will be subject to performance and funding approval at the time. The value stated in Section II.1.5 is an estimated overall value of the CP7 and CP8 renewals portfolio across the initial period assuming the break clause between CP7 and CP8 is not used. Whilst Network Rail has some understanding of the value of the CP7 Renewals portfolio, due to the way Enhancement schemes are funded, the value of Enhancements is purely indicative and subject to change. For the purposes of valuing this forthcoming opportunity, Network Rail has assumed that the volume of work delivered within CP8 is aligned with CP7 current estimates. Recognising these constraints, it is estimated that the total value of the SID may be in the region of PS4.7 billion - PS9.6 billion. Of these estimates it is anticipated that Buildings and Civils constitutes 30% - 45%, Track 15% - 25%, Signalling 5% - 15%, Electrification and Plant 5% -10% whilst Minor Works is estimated to constitute 20%- 30% of the overall estimated value. However, given the uncertainty over volumes and funding commitments, the overall value of this opportunity may vary and therefore may be higher or lower than this range. Applicants will have the option to bid for both Lot 3 - Signalling and Lot 4 - Track. However, Network Rail intends to restrict the number of Lots an applicant may be awarded under this Procurement Event (and the number of roles) to a maximum of one. This principle will also apply to the appointment of all ongoing procurements activities pertaining to the appointment of Business Partners within the SID; the number of places an economic operator is eligible to be awarded across Buildings & Civils, Electrification & Plant, Track and Signalling will be restricted to one. This is because all Business partners under the SID will be party to the same contract and Network Rail does not consider that optimal operation of the SID will be achieved if an economic operator holds more than one of the key Partner roles. To allow potential suppliers to understand the scope and requirements of this agreement, Network Rail intends to host a virtual market briefing event in which interested parties will be provided an overview of the procurement event and on the forthcoming procurement process. The event will take place on Thursday 20th January 2022, from 10.00 to 12:00 (GMT). To register for the event or for details of the presentation, email your name, organisation and contact number to: - SouthernCP7Delivery@NetworkRail.co.uk no later than Thursday 13th January 2022. Please entitle your email \"Southern Integrated Delivery (SID) - Market Briefing - Signalling & Track\". Formal Invites for the market briefing will be issued between Friday 14th and Wednesday 19th January 2022.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-0303e2",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Southern Integrated Delivery (SID) - Signalling and Track",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Network Rail intends to establish a value driven, collaborative integrated relationship that will deliver our Control Period 7 (CP7) and potentially CP8 renewals portfolio. Network Rail Southern Region is seeking to achieve a step change in the way renewals are delivered on its network, making the most of modern methods of working and technology, collaboration and relationship focused contracting, and a portfolio focus to achieve the objectives of the Strategic Business Plan (SBP). Southern Integrated Delivery (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 SID will bring together the strengths, capabilities, and knowledge of the supply chain and Network Rail and the scope is expected to include some or all of 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. The establishment of the SID will be undertaken in two tranches, the first of which was for the procurement of the Buildings & Civils and Electrification & Plant Business Partners for which the Contract Notice was published on 5th November 2021 (publication reference: 2021/S 000-027900). This notice pertains to the second tranche of procurement and is for the appointment of a Signalling Business Partner and a Track Business Partner.",
"value": {
"amount": 9600000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"id": "3",
"title": "Signalling",
"description": "Management and Delivery of Signalling works on the Railway. These works will be undertaken within the Southern Region 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. The Signalling Integrator Business Partner will be required to undertake, without technical bias: * Early-stage development including all work types (renewals and refurbishment) typically GRIP 1 to 3 * Detailed design, construction and commissioning of all work types (GRIP 4 to 8) including targeted Interventions, Level Crossings and telecommunications associated with the signalling works, with the exception of major renewals as described below - which will be undertaken by Original Equipment Manufacturers (OEM) providers appointed within the Eco-system * Manage, coordinate and oversee the delivery for all appointed Eco-System OEM providers - who will be remitted to undertake major Signalling renewals, typically Re-Signalling, Re-lock, Re-control and ETCS schemes (typically GRIP 4 to 8 works, however where considered the optimum delivery strategy, the OEM may be appointed during the development phase) * Self-delivery of mid-size schemes/asset-life extension works. Additional information: The main SID agreement will be 10 years in duration and will commence in CP7 with the inclusion of a break clause prior to the commencement of CP8. The options to enact the break clause for Control Period 8 (CP8) will be subject to performance at the time.",
"status": "planned"
},
{
"id": "4",
"title": "Track",
"description": "Management and Delivery of Track works on the Railway. These works will be undertaken within the Southern Region 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. The scope will cover the site investigation, survey, design, planning and installation of track works, including the renewal, removal, refurbishment or new installation of plain line track, track drainage or switches and crossings by whatever means. This is including, but not limited to, the following associated track work items: Re-alignment, lifting and lowering of track, 3rd Rail, Remote condition monitoring, removal, replacement or new installation of lineside plant such as rail lubricators, fencing and rail crossings - road, access and pedestrian crossings, civils associated with these activities; cabinet bases, walkways, troughing routes, under track crossings, platform works. This notice also includes the following standalone items, i.e. not in association with track works: Track drainage renewal, removal, refurbishment or new installation, track bed stabilisation - works to track formation and sub-structure, rail crossings - road, access and pedestrian crossings and associated minor signalling and telecoms work. Additional information: The main SID agreement will be 10 years in duration and will commence in CP7 with the inclusion of a break clause prior to the commencement of CP8. The options to enact the break clause for Control Period 8 (CP8) will be subject to performance at the time.",
"status": "planned"
}
],
"items": [
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34632300",
"description": "Electrical installations for railways"
},
{
"scheme": "CPV",
"id": "34943000",
"description": "Train-monitoring system"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45234140",
"description": "Level crossing construction works"
},
{
"scheme": "CPV",
"id": "45316000",
"description": "Installation work of illumination and signalling systems"
},
{
"scheme": "CPV",
"id": "45316200",
"description": "Installation of signalling equipment"
},
{
"scheme": "CPV",
"id": "48140000",
"description": "Railway traffic control software package"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "79420000",
"description": "Management-related services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34943000",
"description": "Train-monitoring system"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234113",
"description": "Demolition of tracks"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "45234140",
"description": "Level crossing construction works"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "71631470",
"description": "Railway-track inspection services"
},
{
"scheme": "CPV",
"id": "79420000",
"description": "Management-related services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "4"
}
],
"communication": {
"futureNoticeDate": "2022-01-31T00:00:00Z"
},
"coveredBy": [
"GPA"
]
},
"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": "Matthew McCarty",
"telephone": "+44 7701060358",
"email": "Matthew.Mccarty@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"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-448",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en"
}