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