Tender

Network Rail Eastern Midland Main Line Electrification Partnership Framework

NETWORK RAIL INFRASTRUCTURE LTD

This public procurement record has 3 releases in its history.

TenderUpdate

09 Oct 2023 at 12:31

Tender

06 Oct 2023 at 13:44

Planning

23 May 2022 at 13:44

Summary of the contracting process

The Network Rail Infrastructure Ltd has issued a tender for the "Network Rail Eastern Midland Main Line Electrification Partnership Framework." This procurement is part of the Midland Main Line Electrification Programme to extend electric operation on the Midlands Main Line to Nottingham and Sheffield. The framework covers four work disciplines split across various delivery lots, including Power & Distribution, Structures & Civils, OLE & Integration, and Signalling & Telecoms. The initial term of the framework is 5 years, extendable yearly for up to 5 years. Network Rail aims to achieve delivery targets and cost efficiencies through collective partnerships with suppliers.

This procurement presents opportunities for businesses specializing in construction, electrical engineering, and railway infrastructure. Companies that can provide expertise in power distribution, civil engineering, overhead line equipment, signalling, and telecoms are well-suited to participate. The procurement method is selective, and interested parties should engage with Network Rail to understand the requirements and participate in the process. The submission deadline for this tender is December 1, 2023.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Network Rail Eastern Midland Main Line Electrification Partnership Framework

Notice Description

Network Rail (NR) intends to select suppliers to the Midland Main Line Electrification (MMLE) Partnership Framework for an initial term of 5 years with the option to extend in yearly increments up to a further 5 years. The MMLE programme will extend electric operation on the MML through to Nottingham and Sheffield. To help realise early electrification benefits, Route Section 1 (between Market Harborough to Wigston South) has been delivered separately from the remaining route sections as a continuation of the existing programme. The scope of this procurement is for the next stage of the electrification between Wigston and Nottingham out to Sheffield. One key MMLE objective is 'delivery on spend per single track kilometre (PS/STK) target'. The recently commissioned London to Corby electrification was delivered at a rate of PS3.7m per STK with the application of SPEED principles. The next stage of electrification is committed to achieving a rate of PS2.5m per STK through collective delivery of the MMLE objectives, using of the partnering arrangements. The Framework shall be split into the 4 work disciplines across the following delivery lots: Lot 1 - Power & Distribution; Lot 2 - Structures & Civils; Lot 3 - OLE & Integration; Lot 4 - Signalling & Telecoms. There will be 1 Partner plus up to 2 pre-qualified reserve suppliers appointed to Lots 1, 2, 3 & 4. Reserve suppliers have been included to achieve appropriate resilience in delivery and to ensure business contingency. It is intended that reserve suppliers are not awarded a framework in the first instance, but should a framework supplier become insolvent, fall below required performance levels or other such event, then a reserve supplier would be engaged. The detail of this process will be confirmed at the ITT stage of the procurement. Tenderers may bid for any number of lots, and be awarded on a maximum of 2 different lots. The Partnership Framework includes a performance-based incentive mechanism to achieve the target STK rate and other MMLE objectives, including health and safety, decarbonisation and social value. Partners will be incentivised both individually and collectively. There will be an opportunity to comment on the contractual documentation at the ITT stage of the procurement. NR will determine which, if any, changes should result in revisions to the Framework based on the objective merit of the proposed changes. The contractual documentation will not be subject to negotiation. Any negotiations will relate to the price element only. Participants will have an opportunity to update their tenders following negotiations. Please note, that the value ranges of each Lot and total estimated value included in this contract notice are indicative only. Despite the PS1.2 billion figure included in section II.1.5, NR currently has internal governance approval for a framework value of PS950 million (associated with the main elements of the MMLE works as currently envisaged). The higher value included in this contract notice is not an absolute cap but is indicative of the potential level to which the original budget could increase if additional works and services to that which is currently envisaged, are required. All values are estimates only, and the final values will depend on the precise works and services required to be delivered, the means of delivery, the way in which projects and project risks materialise, the actual rates of inflation up to completion of the programme, and other factors. As such, they are not guaranteed and do not act as a minimum or maximum work value for the programme nor a guarantee as to volume.

Lot Information

Lot N/A

The Midland Main Line (MML) Electrification programme will enable the electric operation of the new bi-mode trains on the whole of the MML, from South Wigston - Sheffield (139km and 67 structures) by delivering works for the Overhead Line Equipment (OLE) extension to Sheffield and Nottingham, route clearance to accommodate OLE extension, and increased power supply to support electric passenger services to Sheffield and Nottingham.

Power & Distribution

The project includes for wiring the existing route configuration and at the existing line speeds. The works described within this Lot are deemed to include all supporting activities required to deliver the works including but not limited to: * Site establishment * Delivery and storage of equipment (access, RRAPs where required) * Enabling works * De-vegetation * Surveys (intrusive or otherwise) * Road closures * Traffic management * Passenger Management * Managing specialist sub-contractors * Supporting integration of all works through to hand back * Working collaboratively with the client team, other interfacing contractors and projects, design consultants engaged by the client, rail industry partners and stakeholders. Additional information: The lot value is for guidance only and is based on the projected spend for the 10 year framework duration.

Options: The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 5 years.

Structures & Civils

The works described within this Lot are deemed to include all supporting activities required to deliver the works including: * Site establishment * Delivery and storage of equipment (access, RRAPs where required) * Enabling works * De-vegetation * Surveys (intrusive or otherwise) * Road closures * Traffic management * Passenger management * Managing specialist sub-contractors * Supporting integration of all works through to hand back * Working collaboratively with the Client team, other interfacing Contractors and projects, design consultants engaged by the Client, rail industry partners and stakeholders. Additional information: The lot value is for guidance only and is based on the projected spend for the 10 year framework duration.

Options: The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 5 years.

Overhead Line Equipment (OLE)

The works described within this Lot are deemed to include all supporting activities required to deliver the works including but not limited to: * Site establishment * Delivery and storage of equipment (access, RRAPs where required) * Enabling works * De-vegetation * Surveys (intrusive or otherwise) * Road closures * Traffic management * Passenger Management * Managing specialist sub-contractors * Supporting integration of all works through to hand back * Working collaboratively with the client team, other interfacing Contractors and projects, design consultants engaged by the client, rail industry partners and stakeholders. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.

Options: The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 5 years.

Signalling & Telecoms

The works described within this Lot are deemed to include all supporting activities required to deliver the works including but not limited to: * Site establishment * Delivery and storage of equipment (access, RRAPs where required) * Enabling works * De-vegetation * Surveys (intrusive or otherwise) * Road closures * Traffic management * Passenger Management * Managing specialist sub-contractors * Supporting integration of all works through to hand back * Working collaboratively with the client team, other interfacing Contractors and projects, design consultants engaged by the client, rail industry partners and stakeholders. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.

Options: The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 5 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-033cc5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029689-2023
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
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

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

34942000 - Signalling equipment

45000000 - Construction work

45100000 - Site preparation work

45111213 - Site-clearance 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

45300000 - Building installation work

71332000 - Geotechnical engineering services

Notice Value(s)

Tender Value
£1,200,000,000 £1B-£10B
Lots Value
£4,075,000,000 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Oct 20232 years ago
Submission Deadline
1 Dec 2023Expired
Future Notice Date
1 Dec 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active, Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NETWORK RAIL INFRASTRUCTURE LTD
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
TLF East Midlands (England)

Local Authority
Lambeth
Electoral Ward
Waterloo & South Bank
Westminster Constituency
Vauxhall and Camberwell Green

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-033cc5-2023-10-09T13:31:43+01:00",
    "date": "2023-10-09T13:31:43+01:00",
    "ocid": "ocds-h6vhtk-033cc5",
    "initiationType": "tender",
    "tender": {
        "id": "2023/S 000-029555",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Network Rail Eastern Midland Main Line Electrification Partnership Framework",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "Network Rail (NR) intends to select suppliers to the Midland Main Line Electrification (MMLE) Partnership Framework for an initial term of 5 years with the option to extend in yearly increments up to a further 5 years. The MMLE programme will extend electric operation on the MML through to Nottingham and Sheffield. To help realise early electrification benefits, Route Section 1 (between Market Harborough to Wigston South) has been delivered separately from the remaining route sections as a continuation of the existing programme. The scope of this procurement is for the next stage of the electrification between Wigston and Nottingham out to Sheffield. One key MMLE objective is 'delivery on spend per single track kilometre (PS/STK) target'. The recently commissioned London to Corby electrification was delivered at a rate of PS3.7m per STK with the application of SPEED principles. The next stage of electrification is committed to achieving a rate of PS2.5m per STK through collective delivery of the MMLE objectives, using of the partnering arrangements. The Framework shall be split into the 4 work disciplines across the following delivery lots: Lot 1 - Power & Distribution; Lot 2 - Structures & Civils; Lot 3 - OLE & Integration; Lot 4 - Signalling & Telecoms. There will be 1 Partner plus up to 2 pre-qualified reserve suppliers appointed to Lots 1, 2, 3 & 4. Reserve suppliers have been included to achieve appropriate resilience in delivery and to ensure business contingency. It is intended that reserve suppliers are not awarded a framework in the first instance, but should a framework supplier become insolvent, fall below required performance levels or other such event, then a reserve supplier would be engaged. The detail of this process will be confirmed at the ITT stage of the procurement. Tenderers may bid for any number of lots, and be awarded on a maximum of 2 different lots. The Partnership Framework includes a performance-based incentive mechanism to achieve the target STK rate and other MMLE objectives, including health and safety, decarbonisation and social value. Partners will be incentivised both individually and collectively. There will be an opportunity to comment on the contractual documentation at the ITT stage of the procurement. NR will determine which, if any, changes should result in revisions to the Framework based on the objective merit of the proposed changes. The contractual documentation will not be subject to negotiation. Any negotiations will relate to the price element only. Participants will have an opportunity to update their tenders following negotiations. Please note, that the value ranges of each Lot and total estimated value included in this contract notice are indicative only. Despite the PS1.2 billion figure included in section II.1.5, NR currently has internal governance approval for a framework value of PS950 million (associated with the main elements of the MMLE works as currently envisaged). The higher value included in this contract notice is not an absolute cap but is indicative of the potential level to which the original budget could increase if additional works and services to that which is currently envisaged, are required. All values are estimates only, and the final values will depend on the precise works and services required to be delivered, the means of delivery, the way in which projects and project risks materialise, the actual rates of inflation up to completion of the programme, and other factors. As such, they are not guaranteed and do not act as a minimum or maximum work value for the programme nor a guarantee as to volume.",
        "value": {
            "amount": 1200000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "N/A",
                "description": "The Midland Main Line (MML) Electrification programme will enable the electric operation of the new bi-mode trains on the whole of the MML, from South Wigston - Sheffield (139km and 67 structures) by delivering works for the Overhead Line Equipment (OLE) extension to Sheffield and Nottingham, route clearance to accommodate OLE extension, and increased power supply to support electric passenger services to Sheffield and Nottingham.",
                "status": "planned"
            },
            {
                "id": "1",
                "title": "Power & Distribution",
                "description": "The project includes for wiring the existing route configuration and at the existing line speeds. The works described within this Lot are deemed to include all supporting activities required to deliver the works including but not limited to: * Site establishment * Delivery and storage of equipment (access, RRAPs where required) * Enabling works * De-vegetation * Surveys (intrusive or otherwise) * Road closures * Traffic management * Passenger Management * Managing specialist sub-contractors * Supporting integration of all works through to hand back * Working collaboratively with the client team, other interfacing contractors and projects, design consultants engaged by the client, rail industry partners and stakeholders. Additional information: The lot value is for guidance only and is based on the projected spend for the 10 year framework duration.",
                "value": {
                    "amount": 125000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 5 years."
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Structures & Civils",
                "description": "The works described within this Lot are deemed to include all supporting activities required to deliver the works including: * Site establishment * Delivery and storage of equipment (access, RRAPs where required) * Enabling works * De-vegetation * Surveys (intrusive or otherwise) * Road closures * Traffic management * Passenger management * Managing specialist sub-contractors * Supporting integration of all works through to hand back * Working collaboratively with the Client team, other interfacing Contractors and projects, design consultants engaged by the Client, rail industry partners and stakeholders. Additional information: The lot value is for guidance only and is based on the projected spend for the 10 year framework duration.",
                "value": {
                    "amount": 3400000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 5 years."
                },
                "status": "active"
            },
            {
                "id": "3",
                "title": "Overhead Line Equipment (OLE)",
                "description": "The works described within this Lot are deemed to include all supporting activities required to deliver the works including but not limited to: * Site establishment * Delivery and storage of equipment (access, RRAPs where required) * Enabling works * De-vegetation * Surveys (intrusive or otherwise) * Road closures * Traffic management * Passenger Management * Managing specialist sub-contractors * Supporting integration of all works through to hand back * Working collaboratively with the client team, other interfacing Contractors and projects, design consultants engaged by the client, rail industry partners and stakeholders. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
                "value": {
                    "amount": 450000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 5 years."
                },
                "status": "active"
            },
            {
                "id": "4",
                "title": "Signalling & Telecoms",
                "description": "The works described within this Lot are deemed to include all supporting activities required to deliver the works including but not limited to: * Site establishment * Delivery and storage of equipment (access, RRAPs where required) * Enabling works * De-vegetation * Surveys (intrusive or otherwise) * Road closures * Traffic management * Passenger Management * Managing specialist sub-contractors * Supporting integration of all works through to hand back * Working collaboratively with the client team, other interfacing Contractors and projects, design consultants engaged by the client, rail industry partners and stakeholders. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
                "value": {
                    "amount": 100000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 5 years."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "N/A",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34942000",
                        "description": "Signalling equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45100000",
                        "description": "Site preparation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111213",
                        "description": "Site-clearance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232210",
                        "description": "Overhead line construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKF"
                    }
                ],
                "relatedLot": "N/A"
            },
            {
                "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"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71332000",
                        "description": "Geotechnical engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "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"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71332000",
                        "description": "Geotechnical engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "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"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71332000",
                        "description": "Geotechnical engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "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"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71332000",
                        "description": "Geotechnical engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "4"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-12-01T00:00:00Z"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 4,
            "maximumLotsAwardedPerSupplier": 2
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=57084",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Holding a PCL (an NR Principle Contractors Licence) is required by successful suppliers to provide works pursuant to the MMLE programme. Lot 3 OLE Tenderers must hold a PCL from the outset. Applicants that do not hold a PCL must submit an application for one in order to be successful in this procurement. For all other Lots suppliers who do not hold a PCL will be required to apply for one by the award date shown in specified in the Procurement Event Timetable set out in the Instructions to Participants or communicated through BravoNR (if these dates are not the same, the dates communicated through BravoNR shall take precedence).",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "As detailed in the procurement documents."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 12,
                "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."
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-12-01T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "NR will observe a standstill period following award of the MMLE Partner Framework. NR shall conduct itself in accordance with the Utilities Contracts Regulations 2016 in respect of any appeals. 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.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: PS3,400,000,000"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: PS250,000,000"
                        },
                        "where": {
                            "section": "II.2.6"
                        },
                        "relatedLot": "2"
                    },
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: PS450,000,000"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: PS425,000,000"
                        },
                        "where": {
                            "section": "II.2.6"
                        },
                        "relatedLot": "3"
                    },
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: PS100,000,000"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: PS80,000,000"
                        },
                        "where": {
                            "section": "II.2.6"
                        },
                        "relatedLot": "4"
                    },
                    {
                        "oldValue": {
                            "text": "Network Rail (NR) intends to select suppliers to the Midland Main Line Electrification (MMLE) Partnership Framework for an initial term of 5 years with the option to extend yearly increments up to a further 5 years. The MMLE programme will extend electric operation on the MML through to Nottingham and Sheffield. To help realise early electrification benefits Route Section (between Market Harborough to Wigston South) has been delivered separately from the remaining route sections as a continuation of the existing programme. The scope of this procurement is for the next stage of the electrification between Wigston and Nottingham out to Sheffield. The values for each Lot are estimates only. As such, they are not guaranteed and do not act as a minimum or maximum work value for the programme nor a guarantee as to volume. One key MMLE objective is 'delivery on spend per single track kilometre (PS/STK) target'. The recently commissioned London to Corby electrification was delivered at a rate of PS3.7m per STK with the application of SPEED principles. The next stage of electrification is targeted to deliver PS2.5m per STK. This programme focuses on challenging and driving down the STK rate. Details of all the MMLE objectives can be found in the Strategic Brief. The Framework shall be split into the 4 work disciplines across the following delivery lots: Lot 1 - Power & Distribution; Lot 2 - Structures & Civils; Lot 3 - OLE & Integration; Lot 4 - Signalling & Telecoms. The values for each Lot are estimates only. As such, they are not guaranteed and do not act as a minimum or maximum work value for the programme nor a guarantee as to volume. There will be 1 Partner plus 2 pre-qualified reserve suppliers appointed to Lots 1, 2, 3 & 4 on the framework. Reserve suppliers have been included to achieve appropriate resilience in delivery and to ensure business contingency. Tenderers may bid for any number of lots, and be awarded on a maximum of 2 different lots. The Partnership Framework includes a performance-based incentive mechanism to drive the STK rate and achieve the other MMLE objectives, including health and safety, decarbonisation and social value. Partners will be incentivised both individually and collectively. There will be an opportunity to comment on the contractual documentation. NR will determine which, if any, changes should result in revisions to the Framework based on the objective merit of the proposed changes. Further detail is set out in the Instructions to Participants. The contractual documentation will not be subject to negotiation. The negotiations will relate to the price element only. Participants will have an opportunity to update their tenders following negotiations. Initial Tenders will be evaluated but feedback will not be shared with participants. Only feedback on Final Tenders will be shared. Please note, that the value ranges of each Lot in the Instructions to Participants are indicative only. Similarly, whilst the Contract Notice states a Framework value cap of PS1.2bn, NR currently has internal governance approval for a Framework value of PS950 million (associated with the main elements of the MMLE works as currently envisaged). The higher value included in the Contract Notice is not an absolute cap but is indicative of the potential level to which the original budget could increase if additional works and services to that which is currently envisaged, are required. All values are estimates only, and the final values will depend on the precise works and services required to be delivered, the means of delivery, the way in which projects and project risks materialise, the actual rates of inflation up to completion of the programme, and other factors."
                        },
                        "newValue": {
                            "text": "Network Rail (NR) intends to select suppliers to the Midland Main Line Electrification (MMLE) Partnership Framework for an initial term of 5 years with the option to extend in yearly increments up to a further 5 years. The MMLE programme will extend electric operation on the MML through to Nottingham and Sheffield. To help realise early electrification benefits, Route Section 1 (between Market Harborough to Wigston South) has been delivered separately from the remaining route sections as a continuation of the existing programme. The scope of this procurement is for the next stage of the electrification between Wigston and Nottingham out to Sheffield. One key MMLE objective is 'delivery on spend per single track kilometre (PS/STK) target'. The recently commissioned London to Corby electrification was delivered at a rate of PS3.7m per STK with the application of SPEED principles. The next stage of electrification is committed to achieving a rate of PS2.5m per STK through collective delivery of the MMLE objectives, using of the partnering arrangements. The Framework shall be split into the 4 work disciplines across the following delivery lots: Lot 1 - Power & Distribution; Lot 2 - Structures & Civils; Lot 3 - OLE & Integration; Lot 4 - Signalling & Telecoms. There will be 1 Partner plus up to 2 pre-qualified reserve suppliers appointed to Lots 1, 2, 3 & 4. Reserve suppliers have been included to achieve appropriate resilience in delivery and to ensure business contingency. It is intended that reserve suppliers are not awarded a framework in the first instance, but should a framework supplier become insolvent, fall below required performance levels or other such event, then a reserve supplier would be engaged. The detail of this process will be confirmed at the ITT stage of the procurement. Tenderers may bid for any number of lots, and be awarded on a maximum of 2 different lots. The Partnership Framework includes a performance-based incentive mechanism to achieve the target STK rate and other MMLE objectives, including health and safety, decarbonisation and social value. Partners will be incentivised both individually and collectively. There will be an opportunity to comment on the contractual documentation at the ITT stage of the procurement. NR will determine which, if any, changes should result in revisions to the Framework based on the objective merit of the proposed changes. The contractual documentation will not be subject to negotiation. Any negotiations will relate to the price element only. Participants will have an opportunity to update their tenders following negotiations. Please note, that the value ranges of each Lot and total estimated value included in this contract notice are indicative only. Despite the PS1.2 billion figure included in section II.1.5, NR currently has internal governance approval for a framework value of PS950 million (associated with the main elements of the MMLE works as currently envisaged). The higher value included in this contract notice is not an absolute cap but is indicative of the potential level to which the original budget could increase if additional works and services to that which is currently envisaged, are required. All values are estimates only, and the final values will depend on the precise works and services required to be delivered, the means of delivery, the way in which projects and project risks materialise, the actual rates of inflation up to completion of the programme, and other factors. As such, they are not guaranteed and do not act as a minimum or maximum work value for the programme nor a guarantee as to volume."
                        },
                        "where": {
                            "section": "II.1.4"
                        }
                    }
                ],
                "description": "The short description and values for the Lots in the contract notice published on 6th October 2023 have been updated in this corrigendum to align with the figures included in the PQQ Instructions. The value included for Lot 2 in the contract notice contained an additional 0 by mistake. This typo has been corrected and interested organisations should be guided by the estimated Lot values in this Corrigendum (as reflected in the procurement documents) rather than the Contract Notice published on 6th October 2023. If interested organisations have any queries, they should follow the clarification process set out in the Instructions available at https://www.networkrail.bravosolution.co.uk/."
            }
        ]
    },
    "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": "kwok.chan@networkrail.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.networkrail.com",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-77771",
            "name": "Network Rail Infrastructure Ltd",
            "identifier": {
                "legalName": "Network Rail Infrastructure Ltd"
            },
            "address": {
                "streetAddress": "Waterloo General Office",
                "locality": "London",
                "region": "UK",
                "postalCode": "SE1 8SW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Megan Stirrup",
                "telephone": "+44 1908781000",
                "email": "megan.stirrup@networkrail.co.uk",
                "url": "https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=57084"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.networkrail.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-80887",
            "name": "High Court of England and Wales Royal Courts of Justice",
            "identifier": {
                "legalName": "High Court of England and Wales Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC1A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-137",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-79855",
            "name": "Network Rail Infrastructure Ltd",
            "identifier": {
                "legalName": "Network Rail Infrastructure Ltd"
            },
            "address": {
                "streetAddress": "Waterloo General Offices",
                "locality": "London",
                "region": "UK",
                "postalCode": "SE1 8SW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1908781000",
                "email": "megan.stirrup@networkrail.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.networkrail.co.uk/",
                "buyerProfile": "https://www.networkrail.bravosolution.co.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-79855",
        "name": "Network Rail Infrastructure Ltd"
    },
    "language": "en"
}