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 Award Notice

CP6 IP Southern Multi-Discipline (SMD) Framework

  • First published: 11 January 2019
  • Last modified: 11 January 2019

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:
Published by:
Network Rail Infrastructure Ltd
Authority ID:
AA73642
Publication date:
11 January 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Management and delivery of multi-disciplinary works through a Framework Agreement covering all categories of railway assets including both enhancements and renewals and comprising: building and civils, electrification, power, signalling, telecommunications and track works.

Each of the 3 Framework Agreements have an initial duration of 5 years with a right for Network Rail to extend for up to 3 years (3 x 12 month periods). The initial period will cover works envisaged to take place from Year 1 onwards of Control Period 6 (CP6) and therefore from April 2019 — 2024. The options to extend for Years 1, 2 and 3 of Control Period 7 (CP7) will be subject to funding approval at the time.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Network Rail Infrastructure Ltd

02904587

1 Eversholt Street

London

NW1 2DN

UK

Contact person: Lee Ratcliffe

Telephone: +44 7540970807

E-mail: IPSFramework@networkrail.co.uk

NUTS: UK

Internet address(es)

Main address: www.networkrail.co.uk

Address of the buyer profile: www.networkrail.co.uk

I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

CP6 IP Southern Multi-Discipline (SMD) Framework

II.1.2) Main CPV code

45234100

 

II.1.3) Type of contract

Works

II.1.4) Short description

Network Rail has carried out a procurement exercise to establish a framework for the management and delivery of multi-disciplinary works across Anglia, Southeast and Wessex routes. The framework will cover works to all categories of railway assets including enhancements and renewals comprising: building and civils, electrification, power, signalling, telecommunications and track works. The scope of the framework also includes design works.

These works will be undertaken primarily on Anglia, Southeast and Wessex routes; however the framework is available for use by other Network Rail regions across the UK Rail Network.

Network Rail has appointed three framework Contractors, one to each of the 3 routes.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 7 000 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

45000000

45200000

45213000

45234000

71300000

71320000

71500000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Anglia, Southeast and Wessex Routes

II.2.4) Description of the procurement

Management and delivery of multi-disciplinary works through a Framework Agreement covering all categories of railway assets including both enhancements and renewals and comprising: building and civils, electrification, power, signalling, telecommunications and track works.

Each of the 3 Framework Agreements have an initial duration of 5 years with a right for Network Rail to extend for up to 3 years (3 x 12 month periods). The initial period will cover works envisaged to take place from Year 1 onwards of Control Period 6 (CP6) and therefore from April 2019 — 2024. The options to extend for Years 1, 2 and 3 of Control Period 7 (CP7) will be subject to funding approval at the time.

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: Yes

Description of options:

Each of the 3 Framework Agreements have an initial duration of 5 years with a right for Network Rail to extend for up to 3 years (3 x 12 month periods). The initial period will cover works envisaged to take place from Year 1 onwards of Control Period 6 (CP6) and therefore from April 2019 — 2024. The options to extend for Years 1, 2 and 3 of Control Period 7 (CP7) will be subject to funding approval at the time.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.2.14) Additional information

As this framework will cover both renewal and enhancement works, there is potential that certain projects called off under this framework maybe, either in full or in part, funded by the European Union.

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.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 030-066117

Section V: Award of contract

Lot No: N/A

Contract No: 1

Title: Anglia

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

19/12/2018

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

J Murphy and Sons Ltd

00492042

Hiview House, Highgate Road

London

NW5 1TN

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: N/A

Contract No: 2

Title: Southeast

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

19/12/2018

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Bam Nuttall Ltd

305189

St James House, Knoll Road

Camberley

GU15 3XW

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 7 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: N/A

Contract No: 3

Title: Wessex

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

19/12/2018

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Geoffrey Osborne Ltd

00873093

Fonteyn House, 47-49 London Road

Reigate

RH2 9PY

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 7 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

This procurement related to the appointment of a single framework provider for each of the three routes – Anglia, Southeast and Wessex (which form Network Rail's Southern region). The procurement was not divided into lots and the routes have been allocated to the three highest scoring tenderers based on tenderer preferences (as relevant, where a tenderer tendered for more than one route), starting with the preference specified by the highest scoring tenderer.

The call-off process under each framework provides that, in certain circumstances, one route contractor may be required to carry out work in another route and/or participate in mini-competitions with the other two route contractors to be awarded work. In addition, the call-off process under the framework also provides that in certain circumstances, other Network Rail regions may use one or more of the framework contractors to award renewals and enhancement works.

The value stated in Section II.1.7 is the estimated overall value of the framework (across the three routes) covering the initial period and assuming the options to extend are exercised. Whilst Network Rail retains some understanding of the value of the renewals portfolio, due to the way enhancement schemes are funded, the value of enhancements is purely indicative and subject to change. For the purposes of assessing the overall value across the 3 route frameworks, Network Rail assumed that 100 % of the Enhancement schemes for CP6, known at the time of publication of the OJEU Contract Notice, would be progressed. In addition, the volume of work within CP7 is unknown and therefore Network Rail based the value of the three x 12 months extensions upon CP6 estimates at the time of publication of the OJEU contract notice. Recognising these constraints, the estimated total value of the framework (across the three routes) may be in the region of 2 000 000 000 — 7 000 000 000 GBP but given the uncertainty over volumes and funding commitments, the overall value across the 3 routes may vary and therefore may be higher or lower than this range.

VI.4) Procedures for review

VI.4.1) Review body

The High Court

London

WC2A 1AA

UK

VI.4.2) Body responsible for mediation procedures

The High Court

London

WC2A 1AA

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Network Rail incorporated a minimum 10 calendar day standstill period prior to entering into these Framework Agreements.

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

The High Court

London

WC2A 1AA

UK

VI.5) Date of dispatch of this notice

08/01/2019

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45213000 Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport Building construction work
45234000 Construction work for railways and cable transport systems Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
71500000 Construction-related services Architectural, construction, engineering and inspection services
71320000 Engineering design services Engineering services
71300000 Engineering services Architectural, construction, engineering and inspection services
45234100 Railway construction works Construction work for railways and cable transport systems
45200000 Works for complete or part construction and civil engineering work Construction work

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:
IPSFramework@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.