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

W&W Reactive & Minor Works (RMW) Framework

  • First published: 09 March 2024
  • Last modified: 09 March 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-041715
Published by:
Network Rail Infrastructure Ltd
Authority ID:
AA73642
Publication date:
09 March 2024
Deadline date:
08 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply of reactive & emergency works as well as the ability to undertake project works for buildings assets and civils assets across the Wales & Western region.

The framework will run for five years with the ability to extend a further three years in one year increments.

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: Sarabjit Lota

Telephone: +44 1908781000

E-mail: Sarabjit.Lota@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

W&W Reactive & Minor Works (RMW) Framework

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Supply of reactive & emergency works as well as the ability to undertake project works for buildings assets and civils assets across the Wales & Western region.

The framework will run for five years with the ability to extend a further three years in one year increments.

II.1.5) Estimated total value

Value excluding VAT: 750 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Refer to the Instructions to Participants document issued as part of the tender.

II.2) Description

Lot No: 1

II.2.1) Title

Western RMW Civils

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Network Rail owns and manages the rail infrastructure and its supporting assets, including bridges, tunnels, culverts, earthworks and the like. Network Rail maintains, repairs and renews these assets, and all associated works.

Inspection, maintenance, repair, partial or whole renewal to parts of:

Bridges, Viaducts, Footbridges, Canopies, Platforms, Fencing.

Tunnels, Drainage including Culverts.

Earthworks (embankments, cuttings and associated drainage works).

Boundary and retaining walls.

Gantries and other supporting structures.

Structures associated with rivers and coastal defences.

Associated enabling or minor works which may include track works,

Signalling and telecommunications, electrification and plant.

Non railway / high street environments.

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: 262 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Wales RMW Civils

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Network Rail owns and manages the rail infrastructure and its supporting assets, including bridges, tunnels, culverts, earthworks and the like. Network Rail maintains, repairs and renews these assets, and all associated works.

Inspection, maintenance, repair, partial or whole renewal to parts of:

Bridges, Viaducts, Footbridges, Canopies, Platforms, Fencing.

Tunnels, Drainage including Culverts.

Earthworks (embankments, cuttings and associated drainage works).

Boundary and retaining walls.

Gantries and other supporting structures.

Structures associated with rivers and coastal defences.

Associated enabling or minor works which may include track works,

Signalling and telecommunications, electrification and plant.

Non railway / high street environments.

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: 150 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

Western RMW Buildings

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Network Rail owns (and operates) stations, lineside buildings and other operational property from which it manages its rail infrastructure and provides services and facilities to train operating companies, retail tenants and direct to rail customers. Network Rail maintains, repairs and renews these properties, their plant and building services.

Inspection, maintenance, repair, partial or whole renewal to parts of:

Station canopies, footbridges and non-station footbridges, platforms, buildings. Boundary and retaining walls

Train sheds, Maintenance Delivery Units, Lineside buildings.

Works to Light Maintenance Depots.

Works to carparks, footpaths and hard standings, other associated Network Rail or TOC leased property.

Associated mechanical and electrical installations to all the above.

Associated enabling or minor works which may include track works,

Signalling and telecommunications, electrification and plant.

Non railway / high street environments.

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: 225 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.

II.2.13) Information about European Union funds

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

Lot No: 4

II.2.1) Title

Wales RMW Buildings

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Network Rail owns (and operates) stations, lineside buildings and other operational property from which it manages its rail infrastructure and provides services and facilities to train operating companies, retail tenants and direct to rail customers. Network Rail maintains, repairs and renews these properties, their plant and building services.

Inspection, maintenance, repair, partial or whole renewal to parts of:

Station canopies, footbridges and non-station footbridges, platforms, buildings. Boundary and retaining walls

Train sheds, Maintenance Delivery Units, Lineside buildings.

Works to Light Maintenance Depots.

Works to carparks, footpaths and hard standings, other associated Network Rail or TOC leased property.

Associated mechanical and electrical installations to all the above.

Associated enabling or minor works which may include track works,

Signalling and telecommunications, electrification and plant.

Non railway / high street environments.

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: 112 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.

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:

Stated in the Procurement documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.1.4) Objective rules and criteria for participation

Stated in the Procurement documents.

III.1.6) Deposits and guarantees required:

Parent Company Guarantee

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

As stated 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 stated in the Procurement documents.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Stated in 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 several operators.

Envisaged maximum number of participants to the framework agreement: 12

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-033189

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

Date: 08/04/2024

Local time: 16:59

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Network Rail Infrastructure Limted

Western House, 1 Holbrook Way,

Swindon

SN1 1BD

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:

Network Rail will observe a standstill period following the conclusion of the procurement for this new framework. Network Rail shall conduct itself in accordance with the Utilities Contracts Regulations 2016 in respect of any appeals.

VI.5) Date of dispatch of this notice

08/03/2024

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate

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:
Sarabjit.Lota@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.