Notice Information
Notice Title
CP7 Eastern Region Renewals and Minor Enhancements
Notice Description
Network Rail propose to procure renewals and minor enhancement adopting an integrated multi-discipline rail system approach that is flexible with a focus on productivity and passenger outcomes. Network Rail has set 5 strategic focus areas - a railway system approach; capabilities; productivity; collaborative behaviours; and sustainability. All these focus areas support the Agile Client Eastern (ACE) Capital Delivery operating model. Further information on the ACE operating model can be found within the Procurement Documents. Two Partnerships (North/South) will be created in the Eastern region. Key to their success will be aligned objectives and collaborative behaviours, where Network Rail will create competitive tension and adopt an incentivisation mechanism that will drive enhanced performance whilst fostering a culture of continuous improvement, quality driven outputs and delivering innovative solutions. The partners can undertake works and/or services in relation to the scope of their Lot and in addition undertake those works as part of Work Orders led by other partners. For example, the Structures, Geotechnics and Buildings partner can undertake the Structures, Geotechnics and Buildings works associated with a Signalling or OLE Works Order. In addition, where it provides value for money to do so for Network Rail, the partner may undertake works that are reasonably necessary to be supplied or installed contemporaneously with the Work Order. This could include but is not limited to the adjustment of Overhead Lines or track when undertaking a bridge replacement by a Lot 1 or 2 Structures, Geotechnics and Buildings partner. The Framework terms and conditions will provide NR with the flexibility to request partners to undertake CP7 work bank projects in both the North and South partnership regions. Network Rail is looking to appoint 14 construction partners to deliver the CP7 renewals and minor enhancement works across the Eastern Region. In addition, 5 secondary suppliers will also be appointed per Lot who sits outside the partnership. The partners will be appointed across 5 Lots as follows:- Lot 1 Structures, Geotechnics & Buildings (North): 3 partners plus 1 secondary supplier Lot 2 Structures, Geotechnics & Buildings (South): 3 partners plus 1 secondary supplier Lot 3 Signalling and Telecoms North & South: 4 partners (2 per partnership region) plus 1 secondary supplier Lot 4 Electrification & Power - Contact Systems North & South: 2 partners (1 per partnership region) plus 1 secondary supplier Lot 5 Electrification & Power - Distribution and Plant North & South: 2 partners (1 per partnership region) plus 1 secondary supplier The partners will be responsible for the design and construction works for the CP7 work bank for their respective Lot. The partners will be appointed via a Framework and a Partnering Agreement. The partners may also be asked to undertake emergency works and services. The Framework duration will be 5 years with an option to extend by a further 5 years with a 4-month mobilisation period and a further period to complete outstanding works. The contract is divided into 5 Lots. Tenders may be submitted for a maximum of 2 Lots. The estimated total value of the Framework will be within the range of PS3,500,000,000 to PS4,000,000,000 for the 10-year duration.
Lot Information
Structures, Geotechnics & Buildings (North)
Network Rail is looking to appoint construction partners to deliver the building & civils work bank. The scope of work type to be delivered includes but not limited to the following:- Building/civils and associated mechanical and electrical works for: stations, depots, maintenance delivery units and lineside buildings Structural works for: footbridges, overbridges, underbridges, tunnels, retaining walls and culverts Geotechnic works for: earthwork cuttings and embankments, rock cuttings, drainage and piling. The scope of works may also include Asbestos removal. Additional information: The lot value is for guidance only and is based on the projected spend for the 10 year framework duration.
Renewal: The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 1 will be within the range of PS750,000,000 to PS850,000,000 for the 10-year duration.
Structures, Geotechnics & Buildings (South)Network Rail is looking to appoint construction partners to deliver the building & civils work bank. The scope of work type to be delivered includes but not limited to the following:- Building/civils and associated mechanical and electrical works for: stations, depots, maintenance delivery units and lineside buildings Structural works for: footbridges, overbridges, underbridges, tunnels, retaining walls and culverts Geotechnic works for: earthwork cuttings and embankments, rock cuttings, drainage and piling The scope of works may also include Asbestos removal. Additional information: The lot value is for guidance only and is based on the projected spend for the 10 year framework duration.
Renewal: The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 2 will be within the range of PS750,000,000 to PS850,000,000 for the 10-year duration.
Signalling & TelecomsNetwork Rail is looking to appoint construction partners to deliver the signalling and telecoms work bank. The scope of work type to be delivered includes but not limited to the following:- Refurb and partial: signal renewals, signal conversions, point conversion, track circuit conversions Refurb: ground frame conversion to Ground Switch Panel (GSP), alterations to scalable IECC / West Cad, provision of staff protection systems, location case renewals including minor alterations to signalling power supplies, TDM renewals, removal of obsolete equipment - transmission (CCTV, TDM & FDM), targeting component renewals - HABDs / REBs, Provision of FTNX / FTNX points of presence in signalling equipment rooms (inc. REBs) Partial: interlocking re-lock, interlocking re-control, re-platform of interlocking Minor works: intelligent infrastructure installations, alterations to existing Solid State Interlockings (SSI), alterations to Track Protections Systems Level crossings: level crossing Life Extension Works (LEW) for all types of crossings, level crossings renewals for all types of level crossings, conversion of mechanical winding barriers, conversion of level crossings interlockings to processor based systems Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration.
Renewal: The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 3 will be within the range of PS1,100,000,000 to PS1,300,000,000 for the 10-year duration.
Electrification & Power - Contact SystemsNetwork Rail is looking to appoint construction partners to deliver the contact systems work bank. The scope of work type to be delivered includes but not limited to the following:- AC Contact systems (OLE): OHL-Structure Renewal, structural, civils, overhead line installation, OLE design, structural assessment, design, refurbishment and renewal (as required), geotechnical assessment, OLE campaign changes, Insulator renewals (public areas / general campaign changes), dropper renewals, cantilever adjustments, OLE Re-wire, contact wire renewal (including the use of High Output plant (wiring trains)), catenary wire renewal (including the use of High Output plant (wiring trains)), crossovers (including potential re-design if required), section insulator, mid-life refurbishment, carrier wire style neutral section ,OLE power connections (switch relocation / redesign) DC Contact systems: solid conductor beam refurbishment (+ bonding), alterations to existing Solid State Interlockings (SSI), alterations to Track Protections Systems Other: pantograph monitoring systems, forensic analysis (root cause analysis of failures), isolation diagram corrections and reviews, legacy equipment renewal (design knowledge required), surveys e.g. drone, point cloud, etc. for structures, tunnel renewals (fixed overhead line equipment, steelwork), SCADA / isolations, reduced clearance locations resulting in flashovers Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration.
Renewal: The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 4 will be within the range of PS450,000,000 to PS480,000,000 for the 10-year duration.
Electrification & Power - Distribution & PlantNetwork Rail is looking to appoint construction partners to deliver the distribution and power work bank. The scope of work type to be delivered includes but not limited to the following:- HV non-traction distribution, HV traction distribution plant, HV circuit breakers, Switchgear units, transformers, signalling power (inc. DNO supplies), lighting and associated LV distribution, LV non-traction distribution, walkway lighting and columns., operational lighting (buffer stops etc.), Rail yard lighting and columns, Tunnel lighting, Level crossing CCTV and lighting, Lineside operational equipment and monitoring devices (e.g. wheelchex and panchax, trackside drainage pumps (including tunnel drainage pumps) and ventilation, points heating systems (inc. DNO supplies, heat retainers, remote monitoring) Swing bridge controls replacement Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration.
Renewal: The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 5 will be within the range of PS450,000,000 to PS520,000,000 for the 10-year duration.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-030b8e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009427-2022
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45000000 - Construction work
45100000 - Site preparation work
45200000 - Works for complete or part construction and civil engineering work
45210000 - Building construction work
45213320 - Construction work for buildings relating to railway transport
45213321 - Railway station construction work
45221112 - Railway bridge construction work
45232210 - Overhead line construction
45234000 - Construction work for railways and cable transport systems
45234115 - Railway signalling works
45234116 - Track construction works
45300000 - Building installation work
45315400 - High voltage installation work
45315600 - Low-voltage installation work
71311230 - Railway engineering services
Notice Value(s)
- Tender Value
- £4,000,000,000 £1B-£10B
- Lots Value
- £3,000,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Apr 20223 years ago
- Submission Deadline
- 13 May 2022Expired
- Future Notice Date
- 30 Mar 2022Expired
- 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
- Not specified
- Contact Email
- kerry.kniveton@networkrail.co.uk
- Contact Phone
- +44 1908781000
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-030b8e-2022-04-07T18:38:10+01:00",
"date": "2022-04-07T18:38:10+01:00",
"ocid": "ocds-h6vhtk-030b8e",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-030b8e",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "CP7 Eastern Region Renewals and Minor Enhancements",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Network Rail propose to procure renewals and minor enhancement adopting an integrated multi-discipline rail system approach that is flexible with a focus on productivity and passenger outcomes. Network Rail has set 5 strategic focus areas - a railway system approach; capabilities; productivity; collaborative behaviours; and sustainability. All these focus areas support the Agile Client Eastern (ACE) Capital Delivery operating model. Further information on the ACE operating model can be found within the Procurement Documents. Two Partnerships (North/South) will be created in the Eastern region. Key to their success will be aligned objectives and collaborative behaviours, where Network Rail will create competitive tension and adopt an incentivisation mechanism that will drive enhanced performance whilst fostering a culture of continuous improvement, quality driven outputs and delivering innovative solutions. The partners can undertake works and/or services in relation to the scope of their Lot and in addition undertake those works as part of Work Orders led by other partners. For example, the Structures, Geotechnics and Buildings partner can undertake the Structures, Geotechnics and Buildings works associated with a Signalling or OLE Works Order. In addition, where it provides value for money to do so for Network Rail, the partner may undertake works that are reasonably necessary to be supplied or installed contemporaneously with the Work Order. This could include but is not limited to the adjustment of Overhead Lines or track when undertaking a bridge replacement by a Lot 1 or 2 Structures, Geotechnics and Buildings partner. The Framework terms and conditions will provide NR with the flexibility to request partners to undertake CP7 work bank projects in both the North and South partnership regions. Network Rail is looking to appoint 14 construction partners to deliver the CP7 renewals and minor enhancement works across the Eastern Region. In addition, 5 secondary suppliers will also be appointed per Lot who sits outside the partnership. The partners will be appointed across 5 Lots as follows:- Lot 1 Structures, Geotechnics & Buildings (North): 3 partners plus 1 secondary supplier Lot 2 Structures, Geotechnics & Buildings (South): 3 partners plus 1 secondary supplier Lot 3 Signalling and Telecoms North & South: 4 partners (2 per partnership region) plus 1 secondary supplier Lot 4 Electrification & Power - Contact Systems North & South: 2 partners (1 per partnership region) plus 1 secondary supplier Lot 5 Electrification & Power - Distribution and Plant North & South: 2 partners (1 per partnership region) plus 1 secondary supplier The partners will be responsible for the design and construction works for the CP7 work bank for their respective Lot. The partners will be appointed via a Framework and a Partnering Agreement. The partners may also be asked to undertake emergency works and services. The Framework duration will be 5 years with an option to extend by a further 5 years with a 4-month mobilisation period and a further period to complete outstanding works. The contract is divided into 5 Lots. Tenders may be submitted for a maximum of 2 Lots. The estimated total value of the Framework will be within the range of PS3,500,000,000 to PS4,000,000,000 for the 10-year duration.",
"lots": [
{
"id": "1",
"description": "Network Rail is looking to appoint construction partners to deliver the building & civils work bank. The scope of work type to be delivered includes but not limited to the following:- Building/civils and associated mechanical and electrical works for: stations, depots, maintenance delivery units and lineside buildings Structural works for: footbridges, overbridges, underbridges, tunnels, retaining walls and culverts Geotechnic works for: earthwork cuttings and embankments, rock cuttings, drainage and piling. The scope of works may also include Asbestos removal. Additional information: The lot value is for guidance only and is based on the projected spend for the 10 year framework duration.",
"status": "active",
"title": "Structures, Geotechnics & Buildings (North)",
"value": {
"amount": 850000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1920
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 1 will be within the range of PS750,000,000 to PS850,000,000 for the 10-year duration."
},
"secondStage": {
"minimumCandidates": 10,
"maximumCandidates": 20
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Structures, Geotechnics & Buildings (South)",
"description": "Network Rail is looking to appoint construction partners to deliver the building & civils work bank. The scope of work type to be delivered includes but not limited to the following:- Building/civils and associated mechanical and electrical works for: stations, depots, maintenance delivery units and lineside buildings Structural works for: footbridges, overbridges, underbridges, tunnels, retaining walls and culverts Geotechnic works for: earthwork cuttings and embankments, rock cuttings, drainage and piling The scope of works may also include Asbestos removal. Additional information: The lot value is for guidance only and is based on the projected spend for the 10 year framework duration.",
"value": {
"amount": 850000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1920
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 2 will be within the range of PS750,000,000 to PS850,000,000 for the 10-year duration."
},
"secondStage": {
"minimumCandidates": 10,
"maximumCandidates": 20
},
"selectionCriteria": {
"description": "Selection criteria for the questions are provided in the Procurement Documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "3",
"title": "Signalling & Telecoms",
"description": "Network Rail is looking to appoint construction partners to deliver the signalling and telecoms work bank. The scope of work type to be delivered includes but not limited to the following:- Refurb and partial: signal renewals, signal conversions, point conversion, track circuit conversions Refurb: ground frame conversion to Ground Switch Panel (GSP), alterations to scalable IECC / West Cad, provision of staff protection systems, location case renewals including minor alterations to signalling power supplies, TDM renewals, removal of obsolete equipment - transmission (CCTV, TDM & FDM), targeting component renewals - HABDs / REBs, Provision of FTNX / FTNX points of presence in signalling equipment rooms (inc. REBs) Partial: interlocking re-lock, interlocking re-control, re-platform of interlocking Minor works: intelligent infrastructure installations, alterations to existing Solid State Interlockings (SSI), alterations to Track Protections Systems Level crossings: level crossing Life Extension Works (LEW) for all types of crossings, level crossings renewals for all types of level crossings, conversion of mechanical winding barriers, conversion of level crossings interlockings to processor based systems Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration.",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1920
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 3 will be within the range of PS1,100,000,000 to PS1,300,000,000 for the 10-year duration."
},
"secondStage": {
"minimumCandidates": 10,
"maximumCandidates": 20
},
"selectionCriteria": {
"description": "Selection criteria for the questions are provided in the Procurement Documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "4",
"title": "Electrification & Power - Contact Systems",
"description": "Network Rail is looking to appoint construction partners to deliver the contact systems work bank. The scope of work type to be delivered includes but not limited to the following:- AC Contact systems (OLE): OHL-Structure Renewal, structural, civils, overhead line installation, OLE design, structural assessment, design, refurbishment and renewal (as required), geotechnical assessment, OLE campaign changes, Insulator renewals (public areas / general campaign changes), dropper renewals, cantilever adjustments, OLE Re-wire, contact wire renewal (including the use of High Output plant (wiring trains)), catenary wire renewal (including the use of High Output plant (wiring trains)), crossovers (including potential re-design if required), section insulator, mid-life refurbishment, carrier wire style neutral section ,OLE power connections (switch relocation / redesign) DC Contact systems: solid conductor beam refurbishment (+ bonding), alterations to existing Solid State Interlockings (SSI), alterations to Track Protections Systems Other: pantograph monitoring systems, forensic analysis (root cause analysis of failures), isolation diagram corrections and reviews, legacy equipment renewal (design knowledge required), surveys e.g. drone, point cloud, etc. for structures, tunnel renewals (fixed overhead line equipment, steelwork), SCADA / isolations, reduced clearance locations resulting in flashovers Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration.",
"value": {
"amount": 480000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1920
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 4 will be within the range of PS450,000,000 to PS480,000,000 for the 10-year duration."
},
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 12
},
"selectionCriteria": {
"description": "Selection criteria for the questions are provided in the Procurement Documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "5",
"title": "Electrification & Power - Distribution & Plant",
"description": "Network Rail is looking to appoint construction partners to deliver the distribution and power work bank. The scope of work type to be delivered includes but not limited to the following:- HV non-traction distribution, HV traction distribution plant, HV circuit breakers, Switchgear units, transformers, signalling power (inc. DNO supplies), lighting and associated LV distribution, LV non-traction distribution, walkway lighting and columns., operational lighting (buffer stops etc.), Rail yard lighting and columns, Tunnel lighting, Level crossing CCTV and lighting, Lineside operational equipment and monitoring devices (e.g. wheelchex and panchax, trackside drainage pumps (including tunnel drainage pumps) and ventilation, points heating systems (inc. DNO supplies, heat retainers, remote monitoring) Swing bridge controls replacement Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration.",
"value": {
"amount": 520000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1920
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (plus mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going need by Network Rail to extend for a further period up to 5 years. The estimated total value of Lot 5 will be within the range of PS450,000,000 to PS520,000,000 for the 10-year duration."
},
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 12
},
"selectionCriteria": {
"description": "Selection criteria for the questions are provided in the Procurement Documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "Anglia, East Coast, East Midlands and North & East routes. See map included within Procurement Documents"
}
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Anglia, East Coast, East Midlands and North & East routes. See map included within Procurement Documents."
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Anglia, East Coast, East Midland and North & East routes. See map included within Procurement Documents."
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232210",
"description": "Overhead line construction"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Anglia, East Coast, East Midlands and North & East routes. See map included within Procurement Documents."
},
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Anglia, East Coast, East Midlands and North & East routes. See map included within Procurement Documents."
},
"relatedLot": "5"
}
],
"communication": {
"futureNoticeDate": "2022-03-31T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 4000000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 2,
"maximumLotsAwardedPerSupplier": 2
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://www.networkrail.bravosolution.co.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As detailed in the Procurement Documents. Parent Company Guarantee may be required as part of this tender as detailed in the Procurement Documents.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Selection criteria as stated in the Procurement Documents",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Selection criteria as stated in the Procurement Documents",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "See Procurement Documents"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 19,
"periodRationale": "Extended term is necessary due to: 1)upfront investment 2)Cultural/Organisational Alignment 3)Programme Flexibility 4)Working Practices 5)Standardisation 6)Skills Shortage"
}
},
"tenderPeriod": {
"endDate": "2022-05-13T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"hasRecurrence": false,
"reviewDetails": "Network Rail will incorporate a minimum 10 calendar day standstill period at the point information on award of the contract is communicated to Participants. Appeals must be lodged in accordance with the Utilities Contracts Regulations 2016 (SI 2015 No. 102) as amended. Network Rail expressly reserves the right: (i) not to award or enter into any contract as a result of the procurement process commenced by the publication of this notice; (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; (iii) to award one or more public contract(s) in relation to part only of the requirements covered by this notice; and/or (iv) to award a contract(s) in stages."
},
"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": {
"telephone": "+44 1908781000",
"email": "kerry.kniveton@networkrail.co.uk",
"url": "https://www.networkrail.bravosolution.co.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.networkrail.co.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Railway Services"
}
]
}
},
{
"id": "GB-FTS-49336",
"name": "see VI.4.3) below",
"identifier": {
"legalName": "see VI.4.3) below"
},
"address": {
"locality": "see VI.4.3) below",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-448",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en",
"description": "Additional information for section IV.2.1) Please find the links to access previous PINs: 1. https://www.find-tender.service.gov.uk/Notice/013277-2021 2. https://www.find-tender.service.gov.uk/Notice/024158-2021 3. https://www.find-tender.service.gov.uk/Notice/001269-2022 Additional information: To submit a PQQ for this Tender: 1. Register for a free account at https://networkrail.bravosolution.co.uk 2. Click the 'PQQs Open To All Suppliers' link. (These are Selection Questionnaires (SQ) open to any registered supplier). Click on the relevant PQQ to access the content. Click the 'Express Interest' button at the top of the page. This will move the PQQ into your 'My PQQs' page. (This is a secure area reserved for your projects only) You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ Details' box 3. Click 'My Response' under 'PQQ Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). You can use the 'Messages' function to communicate with Network Rail and seek any clarification. Follow the onscreen instructions to complete the PQQ. You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help or the eTendering help desk. Expressions of interest must be submitted from the Participants' registered office address. Successful Participants will be appointed to fulfil the duties of Principal Designer and Principal Contractor under the Construction (Design and Management) Regulations 2015. Network Rail will assess the PQQs to produce a single shortlist of Participants for all lots at the Selection Stage and invite Participants to submit tenders. After the conclusion of the initial evaluation of tenders Network Rail will produce a ranking of Participants that it intends to take forward to the negotiation stage if appropriate. Prior to award Network Rail will re-assess the financial capacity tests to ensure that Participants have the required financial standing in relation to those lots or combination of lots where it is proposed to validate the tender. Network Rail reserves the right, in its sole discretion, to exclude Participants at this stage or at PQQ stage. Network Rail reserves the right:- 1. not to accept the highest scoring, or any, tender. 2. cancel the competition or part of it for any reason, and Participants' costs will not be reimbursed. 3. not to award any contract as a result of this tendering exercise commenced by publication of this notice; and 4. to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will Network Rail be liable for any costs incurred by Participants. Participants should note that tenders are submitted at the supplier's own cost and risk. Further information is provided in the Procurement Documents"
}