Tender

General Construction Framework

MERSEYRAIL ELECTRICS 2002 LIMITED

This public procurement record has 1 release in its history.

Tender

19 Nov 2024 at 11:49

Summary of the contracting process

Merseyrail Electrics 2002 Limited has initiated a tender process for a General Construction Framework, focused on construction works, located in the UK regions of UKD6 and UKD7. This framework is divided into three lots: £100,000 to £1.5 million, £1 million to £3 million, and over £2.5 million. The procurement is currently at the tender stage, with the submission deadline set for 23rd December 2024. The framework will initially be let for three years, coinciding with the end of the current concession on 20th July 2028, and includes options to extend for up to an additional four years in one-year increments. The procurement method will follow a selective procedure under the restricted method. Key activities include project management, various construction and post-construction tasks, and associated utility works, with an emphasis on ensuring public liability insurance and adherence to the Real Living Wage for Liverpool.

This tender presents significant opportunities for businesses within the construction and engineering sectors, particularly those capable of handling extensive projects ranging from pre-construction to post-construction activities. Small and medium-sized enterprises (SMEs) are especially encouraged to apply for Lot 1, fostering further growth within the SME sector. The diverse range of required services, including utility, mechanical, electrical, civil, and landscaping work, implies a broad spectrum of businesses would be well-suited to compete for different lots. Successful bidders will benefit from a long-term partnership, potentially lasting up to seven years, providing stability and continuous business development opportunities. This framework agreement opens doors for businesses adept in delivering comprehensive construction works under stringent quality and financial terms.

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

General Construction Framework

Notice Description

Merseyrail is seeking to engage with multiple competent and proven Suppliers under a General Construction Works framework agreement. The opportunity is split into three (3) lots as described below: Lot 1 - PS100,000 - PS1.5 Million Lot 2 - PS1 Million - PS3 Million Lot 3 - Over PS2.5 Million Where there are multiple lots, Bidders are permitted to submit a bid for an individual lot or multiple lots, but not part of a lot. However, it must be noted that lot one (1) will be restricted to SMEs only.

Lot Information

PS100,000 - PS1.5 Million

Contractors will be expected to undertake the following activities and services as part of the framework scope: Project Management activities Pre-Construction activities Construction activities Post Construction activities. Contractors will need to be able to provide a wide range of construction works as part of this framework. The following works are anticipated delivered through the framework, including but is not limited to: Gas, Electrical and other associated Utility works Mechanical Works General Construction Works, including small scale demolition activities. High / Low Voltage Works Civils Works. Excavation, Backfill and reinstatement activities. CIS / Comms / Public address systems. HVAC Signage, shelters and other associated station infrastructure activities. Vegetation / Landscaping

Options: The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years.

Renewal: The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years.

PS1 Million - PS3 Million

Contractors will be expected to undertake the following activities and services as part of the framework scope: Project Management activities Pre-Construction activities Construction activities Post Construction activities. Contractors will need to be able to provide a wide range of construction works as part of this framework. The following works are anticipated delivered through the framework, including but is not limited to: Gas, Electrical and other associated Utility works Mechanical Works General Construction Works, including small scale demolition activities. High / Low Voltage Works Civils Works. Excavation, Backfill and reinstatement activities. CIS / Comms / Public address systems. HVAC Signage, shelters and other associated station infrastructure activities. Vegetation / Landscaping

Options: The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years.

Renewal: The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years.

Over PS2.5 Million

Contractors will be expected to undertake the following activities and services as part of the framework scope: Project Management activities Pre-Construction activities Construction activities Post Construction activities. Contractors will need to be able to provide a wide range of construction works as part of this framework. The following works are anticipated delivered through the framework, including but is not limited to: Gas, Electrical and other associated Utility works Mechanical Works General Construction Works, including small scale demolition activities. High / Low Voltage Works Civils Works. Excavation, Backfill and reinstatement activities. CIS / Comms / Public address systems. HVAC Signage, shelters and other associated station infrastructure activities. Vegetation / Landscaping

Options: The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years.

Renewal: The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04bcde
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/037342-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Nov 20241 years ago
Submission Deadline
23 Dec 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MERSEYRAIL ELECTRICS 2002 LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LIVERPOOL
Postcode
L1 1JF
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
TLD6 Cheshire, TLD7 Merseyside

Local Authority
Liverpool
Electoral Ward
Brownlow Hill
Westminster Constituency
Liverpool Riverside

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-04bcde-2024-11-19T11:49:19Z",
    "date": "2024-11-19T11:49:19Z",
    "ocid": "ocds-h6vhtk-04bcde",
    "initiationType": "tender",
    "tender": {
        "id": "MEL01-2024",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "General Construction Framework",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "Merseyrail is seeking to engage with multiple competent and proven Suppliers under a General Construction Works framework agreement. The opportunity is split into three (3) lots as described below: Lot 1 - PS100,000 - PS1.5 Million Lot 2 - PS1 Million - PS3 Million Lot 3 - Over PS2.5 Million Where there are multiple lots, Bidders are permitted to submit a bid for an individual lot or multiple lots, but not part of a lot. However, it must be noted that lot one (1) will be restricted to SMEs only.",
        "lots": [
            {
                "id": "1",
                "title": "PS100,000 - PS1.5 Million",
                "description": "Contractors will be expected to undertake the following activities and services as part of the framework scope: Project Management activities Pre-Construction activities Construction activities Post Construction activities. Contractors will need to be able to provide a wide range of construction works as part of this framework. The following works are anticipated delivered through the framework, including but is not limited to: Gas, Electrical and other associated Utility works Mechanical Works General Construction Works, including small scale demolition activities. High / Low Voltage Works Civils Works. Excavation, Backfill and reinstatement activities. CIS / Comms / Public address systems. HVAC Signage, shelters and other associated station infrastructure activities. Vegetation / Landscaping",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years."
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "PS1 Million - PS3 Million",
                "description": "Contractors will be expected to undertake the following activities and services as part of the framework scope: Project Management activities Pre-Construction activities Construction activities Post Construction activities. Contractors will need to be able to provide a wide range of construction works as part of this framework. The following works are anticipated delivered through the framework, including but is not limited to: Gas, Electrical and other associated Utility works Mechanical Works General Construction Works, including small scale demolition activities. High / Low Voltage Works Civils Works. Excavation, Backfill and reinstatement activities. CIS / Comms / Public address systems. HVAC Signage, shelters and other associated station infrastructure activities. Vegetation / Landscaping",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years."
                },
                "status": "active"
            },
            {
                "id": "3",
                "title": "Over PS2.5 Million",
                "description": "Contractors will be expected to undertake the following activities and services as part of the framework scope: Project Management activities Pre-Construction activities Construction activities Post Construction activities. Contractors will need to be able to provide a wide range of construction works as part of this framework. The following works are anticipated delivered through the framework, including but is not limited to: Gas, Electrical and other associated Utility works Mechanical Works General Construction Works, including small scale demolition activities. High / Low Voltage Works Civils Works. Excavation, Backfill and reinstatement activities. CIS / Comms / Public address systems. HVAC Signage, shelters and other associated station infrastructure activities. Vegetation / Landscaping",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The opportunity will be let for an initial period of 3 (three) Years to coincide with the end of the current concession (20th July 2028) with options to extend for a further 4 (four) Years in increments of 12 months, resulting in a maximum contract term of 7 (seven) years."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD6"
                    },
                    {
                        "region": "UKD7"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD6"
                    },
                    {
                        "region": "UKD7"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD6"
                    },
                    {
                        "region": "UKD7"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://me-2-procure.org/MerseyrailElectrics/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=562&Culture=en-GB",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "Suppliers must have a minimum cover of PS10 Million for Public Liability Insurance. Lot one (1) will be restricted to SMEs only."
        },
        "contractTerms": {
            "financialTerms": "Suppliers must pay no less than the Real Living Wage for Liverpool as amended/updated throughout the lifetime of the contract.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "tenderPeriod": {
            "endDate": "2024-12-23T12:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2025-01-07T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-COH-04356933",
            "name": "MERSEYRAIL ELECTRICS 2002 LIMITED",
            "identifier": {
                "legalName": "MERSEYRAIL ELECTRICS 2002 LIMITED",
                "id": "04356933",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Rail House",
                "locality": "LIVERPOOL",
                "region": "UKD72",
                "postalCode": "L11JF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Claire Mills",
                "email": "cmills@merseyrail.org",
                "url": "https://me-2-procure.org/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.merseyrail.org/",
                "buyerProfile": "https://me-2-procure.org/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-63243",
            "name": "Merseyrail Electrics 2002 Limited",
            "identifier": {
                "legalName": "Merseyrail Electrics 2002 Limited"
            },
            "address": {
                "streetAddress": "Rail House, Lord Nelson Street",
                "locality": "Liverpool",
                "postalCode": "L1 1JF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-04356933",
        "name": "MERSEYRAIL ELECTRICS 2002 LIMITED"
    },
    "language": "en"
}