Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PQQ_3216 - Network Rail Western & Wales Regional CP7 Period Telecoms Renewals Framework

  • First published: 23 February 2024
  • Last modified: 23 February 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-043c1e
Published by:
Network Rail Infrastructure Ltd
Authority ID:
AA73642
Publication date:
23 February 2024
Deadline date:
04 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Wales & Western Region consists of 2,700 miles of railway serving Wales, the Thames Valley, West of England and the South West Peninsula. It transports commuters to key employment hubs including London, Cardiff, Bristol, Birmingham, Manchester and Liverpool. It directly serves London Heathrow, Europe's busiest international airport and provides connections to Cardiff Bristol, Birmingham, Manchester, and London Gatwick airports. It Supports leisure and tourism in all these areas and supports critical freight services, notably aggregates, moving millions of tonnes of freight every year.

The attached tender documents outline Network Rail’s aspirations for the procurement of our Control Period 7 (CP7) Framework for the Telecoms Renewals Work Bank for the Wales & Western Region, consisting of

• Capital Delivery

o Operational Coms (Ops Coms) and

o Station Information and Security Systems Framework (SISS) and

• NR minor stations (operated by Great Western Railway)

o SISS.

The framework will create strong relationships with asset-specific supplier partners, incentivised to design and deliver work bank packages to embrace SPEED (Swift, Pragmatic and Efficient Enhancement Delivery) principles, meet industry benchmarks, and to achieve the required business score card results. We will be seeking to procure a single asset specialist for the region.

The framework is the foundation stone of our journey to becoming an intelligent client, where we will be working collaboratively with high quality, trusted supply chain partners to develop, design and deliver the minimum viable products needed to achieve great outcomes for passengers, freight, and funders. This will be supported through a two-stage incentive model which firstly promotes great planning and design, then secondly through delivery. This will all work within the shared constraint of the Network Rail business plan, bringing all teams within the framework aligned to budgetary financial efficiency.

Being an intelligent client means we will be less prescriptive in our specifications, reduce duplication, manage risk appropriately throughout the process, and strengthen our assurance.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Network Rail Infrastructure Ltd

2904587

Waterloo General Offices,

London

SE1 8SW

UK

Contact person: Neil PATERSON

Telephone: +44 1908781000

E-mail: Neil.Paterson@networkrail.co.uk

NUTS: UK

Internet address(es)

Main address: https://www.networkrail.co.uk

Address of the buyer profile: https://networkrail.bravosolution.co.uk/web/login.html

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://networkrail.bravosolution.co.uk/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://networkrail.bravosolution.co.uk/web/login.html


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://networkrail.bravosolution.co.uk/web/login.html


I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

PQQ_3216 - Network Rail Western & Wales Regional CP7 Period Telecoms Renewals Framework

Reference number: itt_15796

II.1.2) Main CPV code

45314000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Network Rail Infrastructure Ltd (“NR”) intends to tender for our Control Period 7 (CP7) Framework for the Telecoms Renewals Work Bank for the Wales & Western Region, consisting of

• Capital Delivery

o Operational Coms (Ops Coms) and

o Station Information and Security Systems Framework (SISS) and as an Option

• NR minor stations (operated by Great Western Railway) o SISS.

II.1.5) Estimated total value

Value excluding VAT: 37 861 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

32231000

32344210

32400000

32500000

32510000

32520000

32570000

35261000

48952000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

West London to (all of) Western & Wales (Railway) Regions

II.2.4) Description of the procurement

The Wales & Western Region consists of 2,700 miles of railway serving Wales, the Thames Valley, West of England and the South West Peninsula. It transports commuters to key employment hubs including London, Cardiff, Bristol, Birmingham, Manchester and Liverpool. It directly serves London Heathrow, Europe's busiest international airport and provides connections to Cardiff Bristol, Birmingham, Manchester, and London Gatwick airports. It Supports leisure and tourism in all these areas and supports critical freight services, notably aggregates, moving millions of tonnes of freight every year.

The attached tender documents outline Network Rail’s aspirations for the procurement of our Control Period 7 (CP7) Framework for the Telecoms Renewals Work Bank for the Wales & Western Region, consisting of

• Capital Delivery

o Operational Coms (Ops Coms) and

o Station Information and Security Systems Framework (SISS) and

• NR minor stations (operated by Great Western Railway)

o SISS.

The framework will create strong relationships with asset-specific supplier partners, incentivised to design and deliver work bank packages to embrace SPEED (Swift, Pragmatic and Efficient Enhancement Delivery) principles, meet industry benchmarks, and to achieve the required business score card results. We will be seeking to procure a single asset specialist for the region.

The framework is the foundation stone of our journey to becoming an intelligent client, where we will be working collaboratively with high quality, trusted supply chain partners to develop, design and deliver the minimum viable products needed to achieve great outcomes for passengers, freight, and funders. This will be supported through a two-stage incentive model which firstly promotes great planning and design, then secondly through delivery. This will all work within the shared constraint of the Network Rail business plan, bringing all teams within the framework aligned to budgetary financial efficiency.

Being an intelligent client means we will be less prescriptive in our specifications, reduce duplication, manage risk appropriately throughout the process, and strengthen our assurance.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 37 861 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/11/2024

End: 31/03/2028

This contract is subject to renewal: Yes

Description of renewals:

The Framework can be renewed after the above period for up to a further 3 periods each of 12 months (1 + 1+1).

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Selection of the economic operators to be invited to tender will be based on information provided in response to the PQQ. Please see the procurement documents which include the PQQ instructions and documents to be completed.

III.1.4) Objective rules and criteria for participation

Selection of the economic operators to be invited to tender will be based on information provided in response to the PQQ. Please see the procurement documents which include the PQQ instructions and questionnaire to be completed.

III.1.6) Deposits and guarantees required:

Parent Company Guarantee will be required.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

The main finance conditions, payment mechanisms, performance standards and incentive mechanisms are described in the various forms of contract described in the procurement documents.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

As set out in the procurement documents.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please see the procurement documents.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement duration exceeding 8 years: Not applicable

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 04/04/2024

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 14/05/2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Capital Delivery; SP&C

Western House, 6th Floor, 1 Holbrook Road,

Swindon. WILTS

SN1 1BY

UK

E-mail: neil.paterson@networkrail.co.uk

VI.4.2) Body responsible for mediation procedures

High Court of England & Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures: Network Rail will incorporate a minimum 10 calendar day standstill period after notification to unsuccessful tenderers and until such point will not conclude the framework. Part 5 of the Utilities Contracts Regulations 2016 sets out the remedies available to economic operators and provides for aggrieved economic operators to take action in the High Court of England and Wales.

VI.4.4) Service from which information about the review procedure may be obtained

Capital Delivery, SP&C

Western House, 6th Floor, 1 Holbrook Road,

Swindon.

SN1 1BY

UK

VI.5) Date of dispatch of this notice

22/02/2024

Coding

Commodity categories

ID Title Parent category
32231000 Closed-circuit television apparatus Radio transmission apparatus with reception apparatus
32570000 Communications equipment Telecommunications equipment and supplies
35261000 Information panels Police signs
45314000 Installation of telecommunications equipment Electrical installation work
32400000 Networks Radio, television, communication, telecommunication and related equipment
48952000 Public address systems Boat-location and public address system
32344210 Radio equipment Reception apparatus for radiotelephony or radiotelegraphy
32520000 Telecommunications cable and equipment Telecommunications equipment and supplies
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment
32510000 Wireless telecommunications system Telecommunications equipment and supplies

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Neil.Paterson@networkrail.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.