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