Contract award notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
UK
Contact person: Sam Allsop
Telephone: +44 1908781000
E-mail: Sam.Allsop@networkrail.co.uk
NUTS: UK
Internet address(es)
Main address: http://www.networkrail.co.uk/
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Network Rail North West & Central Region CP7 Frameworks: Framework Category A
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
Network Rail has put in place a number of frameworks for Control Period 7 (CP7) for the delivery of capital works in the North West & Central Region. These frameworks are divided into categories and separate Contract Award Notices relate to each of them. This Contract Award Notice relates to Framework Category A.
CP7 covers the 5 year period from 1st April 2024 to 31st March 2029.
The Category A Frameworks cover the North West & Central Region which is formed of 3 routes, North West, Central and West Coast South.
Framework Category A
This category relates to the design and build of “large projects” and includes two separate lots for projects with a value of £7to £200m (Lot A1) and £7m to £50m (Lot A2). Both lots cover the full North West and Central Region.
The scope of works and services proposed to be delivered under Framework Category A is multi-disciplinary across the following three disciplines:
Civil Engineering, which includes but is not limited to;
• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.
Buildings, which includes but is not limited to;
• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.
Railway Engineering, which includes but is not limited to;
• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.
The scope of the works for the three disciplines includes:
• Feasibility
• Survey, investigation, and reporting
• Option selection (involving outline methodology)
• Outline and detailed design (including temporary works)
• Implementation (including demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed, third party access agreements
The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
490 000 000.00
GBP
II.2) Description
Lot No: Lot A1
II.2.1) Title
Lot A1 – Regional Multi-discipline £7m - £200m Projects
II.2.2) Additional CPV code(s)
34632300
45100000
45210000
45213320
45213321
45221112
45221122
45221242
45234000
45234100
45234114
45234115
45234116
45315400
45315600
50225000
51100000
71311230
71320000
71322000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Network Rail’s North West & Central Region (comprising the North West Route, Central Route and West Coast South Route). More information can be found here: https://www.networkrail.co.uk/running-the-ra
II.2.4) Description of the procurement
Network Rail has appointed two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between £7m and £200m.
The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines:
Civil Engineering, which includes but is not limited to;
• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.
Buildings, which includes but is not limited to;
• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.
Railway Engineering, which includes but is not limited to;
• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.
The scope of the works for the three disciplines includes:
• Feasibility
• Survey, investigation, and reporting
• Option selection (involving outline methodology)
• Outline and detailed design (including temporary works)
• Implementation (including demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed, third party access agreements
The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.
II.2.11) Information about options
Options:
Yes
Description of options:
The initial term of the framework will be 5 years (following a 1 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
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: Lot A2
II.2.1) Title
Lot A2 – Multi-discipline £7m – £50m projects
II.2.2) Additional CPV code(s)
34632300
45100000
45210000
45213320
45213321
45221112
45221122
45221242
45234000
45234100
45234114
45234115
45234116
45315400
45315600
50225000
51100000
71311230
71320000
71322000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Network Rail’s North West & Central Region (comprising the North West Route, Central Route and West Coast South Route). More information can be found here: https://www.networkrail.co.uk/running-the-ra
II.2.4) Description of the procurement
Network Rail has appointed two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between £7m and £50m.
The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines:
Civil Engineering, which includes but is not limited to;
• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.
Buildings, which includes but is not limited to;
• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.
Railway Engineering, which includes but is not limited to;
• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.
The scope of the works for the three disciplines includes:
• Feasibility
• Survey, investigation, and reporting
• Option selection (involving outline methodology)
• Outline and detailed design (including temporary works)
• Implementation (including demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed, third party access agreements
The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.
Two Suppliers have been awarded a framework agreement for Lot A2 covering the Region. Network Rail intends to allocate works to the relevant supplier using a direct award process on a ‘next in line’ allocation as set out in the framework agreement. The two framework suppliers will be allocated projects with an anticipated final cost between £7m and £50m on a rotational basis, along with the two Lot A1 framework suppliers (see above description for Lot A1)
II.2.11) Information about options
Options:
Yes
Description of options:
The initial term of the framework will be 5 years (following a 1 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
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 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:
2023/S 000-017316
Section V: Award of contract
Lot No: Lot A1
Title: Lot A1 – Regional Multi-discipline £7m - £200m Projects
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/03/2024
V.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Skanska Construction (UK) Limited
Hercules Way, Leavesden, Watford, United Kingdom, WD25 7G
Watford
UK
NUTS: UK
The contractor is an SME:
No
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot A1
Title: Lot A1 – Regional Multi-discipline £7m - £200m Projects
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
12/03/2024
V.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Kier Infrastructure & Overseas Limited
2nd Floor Optimum House, Clippers Quay, Salford, England, M50 3XP
Salford
UK
NUTS: UK
The contractor is an SME:
No
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot A2
Title: Lot A2 – Multi-discipline £7m – £50m projects
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
12/03/2024
V.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Octavius Infrastructure Limited
4th Floor, 45 London Road, Reigate, Surrey, RH2 9PY
Surrey
UK
NUTS: UK
The contractor is an SME:
No
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot A2
Title: Lot A2 – Multi-discipline £7m – £50m projects
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
12/03/2024
V.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Story Contracting Limited
Burgh Road Industrial Estate, Carlisle, Cumbria, CA2 7NA
Carlisle
UK
NUTS: UK
The contractor is an SME:
No
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The estimated value at II.1.7 relates to the full duration of the agreement, including the mobilisation period (1 month), initial term (60 months) and renewal options (24 months).
The estimated total value at section II.1.7 is based on Network Rail’s current forecast of future spend under the frameworks. It should be noted, however, that these values are Network Rail’s best estimate based on currently available information, and in particular that
any third party spend is not certain at this stage. The final value of the frameworks may therefore be higher or lower.
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.4.4) 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
26/03/2024