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

Eastern Region- Reactive and Small Schemes Framework

  • First published: 24 November 2023
  • Last modified: 24 November 2023

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-041c1e
Published by:
Network Rail Infrastructure Ltd
Authority ID:
AA73642
Publication date:
24 November 2023
Deadline date:
15 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The types of works to be delivered are for Civil assets; these will fall into the following categories:

- Reactive call outs (Emergency and Urgent)

- Planned Preventative Maintenance works (PPM)

- Small schemes

Examples of the types of works to be delivered for each category will include but not limited to:

o Reactive Call outs (Emergency and Urgent)

- Flood response, debris removal, desilting and over pumping, drainage clearance

- Bridge strike response, parapet repairs, fall arrest

- Monitoring/rectifying earthwork movement, landslips, vegetation management

- Urgent concrete/brickwork repairs, footbridge reinstatement

o Planned and Preventative Maintenance

- Concrete/brickwork repairs to walls, bridges, tunnels and culverts

- Bridge maintenance/repair – concrete, timber, masonry, steelwork

- Earthwork maintenance, light rock scaling, vermin and vegetation management

- Ditch installation and clearance, culvert lining, jetting/CCTV

o Small Schemes

- Non-complex structures renewals

- Non-complex earthwork renewals

- Significant campaign works across a high number of locations

- such as installation of fall prevention across multiple routes

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

UK

Contact person: Shem Madziba

Telephone: +44 1908781000

E-mail: Shemunatsi.Madziba@networkrail.co.uk

NUTS: UK

Internet address(es)

Main address: https://www.networkrail.co.uk/

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

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.networkrail.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.networkrail.bravosolution.co.uk


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://www.networkrail.bravosolution.co.uk


I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Eastern Region- Reactive and Small Schemes Framework

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Network Rail intends to procure a framework for Reactive and Small Scheme works covering its building and civil assets within the Eastern Region. The types of works to be procured under the framework will be reactive works and small schemes that are of low complexity. Such works predominately impact the operation of the railway and will cover the following categories of works:

Reactive call outs (Emergency & Urgent)

Planned Preventative Maintenance works (PPM)

Small schemes

The Reactive and Small Schemes framework is envisaged to be the Eastern Region’s route to market to deliver such projects and requirements under NR’s Strategic Business Plan during CP7.

The framework will be lotted as outlined below covering the geographical scope of the Eastern Region (https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/):

Lot 1 - Civil Assets (Covering North & East, East Coast and East Midlands Routes)

Lot 2 – Civil Assets (Covering Anglia Route)

Lot 3 – Building Assets (Covering North & East, East Coast and East Midlands Routes)

Lot 4 – Building Assets (Covering Anglia Route)

To ensure supply chain resilience NR will retain the flexibility to allow Suppliers to work across Lots but only restricted to their specific discipline. This will only apply in instances where it has been deemed by NR that Suppliers within the relevant Lot under the same discipline cannot fulfil Network Rail’s requirement(s).

The initial term of the framework is 5 years with the option to extend for a further two periods of one year each.

The indicative values provided for each of the Lots are estimates only, these are based on CP7 Strategic Business Plan budgets rather than delivery plan values. As such, they are not guaranteed and do not act as a minimum or maximum workbank value for the control period or a volume guarantee.

The maximum value of the framework exceeds the combined value of the lots, this is so as the value is inclusive of the estimated values of optional extensions for the framework.

Examples of work types to be covered and delivered under the scope of the framework include (but are not limited to):

o Geotechnical - small scheme emerging works (from reactive), Maintain KVLs

o Maintenance of foot bridges, under bridges, overbridges, tunnels, culverts, structural integrity

o Rock cuttings, soil cuttings, earthworks first response etc

o Buildings – small scheme emerging works (from reactive)

o Structures – small scheme emerging works (from reactive), Structural integrity

Negotiations to be conducted as part of the tender process will relate to the price element only. Participants will have an opportunity to update the pricing elements of their tenders following negotiations. Initial Tenders will be evaluated but feedback will not be shared with participants. Only feedback on Final Tenders will be shared following completion of evaluation of the tenders.

II.1.5) Estimated total value

Value excluding VAT: 1 146 851 865.05  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 4 lots

Maximum number of lots that may be awarded to one tenderer: 2

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

Lot 1 - Civil Assets (North & East, East Coast & East Midlands)

II.2.2) Additional CPV code(s)

45100000

45200000

45213321

45221112

45221220

45233161

45233253

71332000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

NR Eastern Region, North & East, East Coast & East Midlands routes

II.2.4) Description of the procurement

The types of works to be delivered are for Civil assets; these will fall into the following categories:

- Reactive call outs (Emergency and Urgent)

- Planned Preventative Maintenance works (PPM)

- Small schemes

Examples of the types of works to be delivered for each category will include but not limited to:

o Reactive Call outs (Emergency and Urgent)

- Flood response, debris removal, desilting and over pumping, drainage clearance

- Bridge strike response, parapet repairs, fall arrest

- Monitoring/rectifying earthwork movement, landslips, vegetation management

- Urgent concrete/brickwork repairs, footbridge reinstatement

o Planned and Preventative Maintenance

- Concrete/brickwork repairs to walls, bridges, tunnels and culverts

- Bridge maintenance/repair – concrete, timber, masonry, steelwork

- Earthwork maintenance, light rock scaling, vermin and vegetation management

- Ditch installation and clearance, culvert lining, jetting/CCTV

o Small Schemes

- Non-complex structures renewals

- Non-complex earthwork renewals

- Significant campaign works across a high number of locations

- such as installation of fall prevention across multiple routes

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: 372 094 062.12  GBP

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

Duration in months: 84

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework is 5 years with the option to extend for a further two periods of one year each.

II.2.13) Information about European Union funds

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

II.2.14) Additional information

The lot value provided is for guidance only and is based on the projected spend for the framework duration and is inclusive estimated uplifts.

Lot No: 2

II.2.1) Title

Lot 2 - Civil Assets (Anglia)

II.2.2) Additional CPV code(s)

45100000

45200000

45213321

45221112

45221220

45233161

45233253

71332000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

NR Eastern Region, Anglia route.

II.2.4) Description of the procurement

The types of works to be delivered are for Civil assets; these will fall into the following categories:

- Reactive call outs (Emergency and Urgent)

- Planned Preventative Maintenance works (PPM)

- Small schemes

Examples of the types of works to be delivered for each category will include but not limited to:

o Reactive Call outs (Emergency and Urgent)

- Flood response, debris removal, desilting and over pumping, drainage clearance

- Bridge strike response, parapet repairs, fall arrest

- Monitoring/rectifying earthwork movement, landslips, vegetation management

- Urgent concrete/brickwork repairs, footbridge reinstatement

o Planned and Preventative Maintenance

- Concrete/brickwork repairs to walls, bridges, tunnels and culverts

- Bridge maintenance/repair – concrete, timber, masonry, steelwork

- Earthwork maintenance, light rock scaling, vermin and vegetation management

- Ditch installation and clearance, culvert lining, jetting/CCTV

o Small Schemes

- Non-complex structures renewals

- Non-complex earthwork renewals

- Significant campaign works across a high number of locations

- such as installation of fall prevention across multiple routes

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: 102 283 946.24  GBP

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

Duration in months: 84

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework is 5 years with the option to extend for a further two periods of one year each.

II.2.13) Information about European Union funds

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

II.2.14) Additional information

The lot value provided is for guidance only and is based on the projected spend for the framework duration and is inclusive estimated uplifts.

Lot No: 3

II.2.1) Title

Lot 3 - Buildings (North & East, East Coast and East Midlands)

II.2.2) Additional CPV code(s)

45210000

45213300

45213321

45300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Eastern Region, North & East, East Coast and East Midlands.

II.2.4) Description of the procurement

The types of works to be delivered are for Building assets; these will fall into the following categories:

- Reactive call outs (Emergency and Urgent)

- Planned Preventative Maintenance works (PPM)

- Small schemes

Examples of the types of works to be delivered for each category will include but not limited to:

o Reactive Call outs (Emergency and Urgent)

- Roof repairs, collapsed drainage, Water supply issues

- Platform repairs, Building repairs

- Canopy repairs, Lineside building repairs

- Footbridge repairs, Car park repairs

- Vehicle mitigation repairs, Fencing repairs

o Planned and Preventative Maintenance

- Fall arrest PPM

- Canopy gutters and Gulley PPM,

- Visual inspections of lineside buildings

- Actions arising from Legionella risk assessments

- Chemical services

- Asbestos inspections and removal

o Small Schemes

- Refurbishment of working at height systems, access walkways and fall restraint systems

- Platform refurbishment, both timber and non-timber systems

- Surface repairs to platforms, car parks and walkways

- Concrete and brick repairs to platforms, buildings and walls.

- Structural repairs to footbridges, platforms, buildings

- Fuel and water tank renewals

- Canopy Renewals and structural repairs.

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: 198 636 574.50  GBP

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

Duration in months: 84

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework is 5 years with the option to extend for a further two periods of one year each.

II.2.13) Information about European Union funds

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

II.2.14) Additional information

The lot value provided is for guidance only and is based on the projected spend for the framework duration and is inclusive estimated uplifts.

Lot No: 4

II.2.1) Title

Lot 4 - Buildings (Anglia)

II.2.2) Additional CPV code(s)

45210000

45213300

45213321

45300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

NR Eastern Region, Anglia route

II.2.4) Description of the procurement

The types of works to be delivered are for Building assets; these will fall into the following categories:

- Reactive call outs (Emergency and Urgent)

- Planned Preventative Maintenance works (PPM)

- Small schemes

Examples of the types of works to be delivered for each category will include but not limited to:

o Reactive Call outs (Emergency and Urgent)

- Roof repairs, collapsed drainage, Water supply issues

- Platform repairs, Building repairs

- Canopy repairs, Lineside building repairs

- Footbridge repairs, Car park repairs

- Vehicle mitigation repairs, Fencing repairs

o Planned and Preventative Maintenance

- Fall arrest PPM

- Canopy gutters and Gulley PPM,

- Visual inspections of lineside buildings

- Actions arising from Legionella risk assessments

- Chemical services

- Asbestos inspections and removal

o Small Schemes

- Refurbishment of working at height systems, access walkways and fall restraint systems

- Platform refurbishment, both timber and non-timber systems

- Surface repairs to platforms, car parks and walkways

- Concrete and brick repairs to platforms, buildings and walls.

- Structural repairs to footbridges, platforms, buildings

- Fuel and water tank renewals

- Canopy Renewals and structural repairs.

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: 95 972 463.60  GBP

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

Duration in months: 84

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework is 5 years with the option to extend for further two periods of one year each.

II.2.13) Information about European Union funds

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

II.2.14) Additional information

The lot value provided is for guidance only and is based on the projected spend for the framework duration and is inclusive estimated uplifts.

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:

Successful tenderers shall hold a Network Rail Principle Contractors Licence(PCL) in order to provide works pursuant to the framework. Applicants that do not hold a PCL must submit an application for one in order to be successful in this procurement. Further information is set out in the Instructions to Participants.

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.2) Conditions related to the contract

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: 16

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 15/01/2024

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 02/02/2024

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: 120 (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 invoicing will be accepted

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales Royal Courts of Justice

Strand

London

WC1A 2LL

UK

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales Royal Courts of Justice

Strand

London

WC1A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

NR will observe a standstill period following award of the NR Eastern Region Reactive and Small Schemes Framework. NR shall conduct itself in accordance with the Utilities Contracts Regulations 2016 in respect of any appeals.

Network Rail expressly reserves the right:

(i) not to award or enter into any contract as a result of the procurement process commenced by the publication of this notice;

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition;

(iii) to award one or more public contract(s) in relation to part only of the requirements covered by this notice; and/or

(iv) to award a contract(s) in stages.

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

22/11/2023

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
45213300 Buildings associated with transport Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45000000 Construction work Construction and Real Estate
45221220 Culverts Construction work for bridges and tunnels, shafts and subways
45233161 Footpath construction work Construction, foundation and surface works for highways, roads
71332000 Geotechnical engineering services Miscellaneous engineering services
45221112 Railway bridge construction work Construction work for bridges and tunnels, shafts and subways
45213321 Railway station construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45100000 Site preparation work Construction work
45233253 Surface work for footpaths Construction, foundation and surface works for highways, roads
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:
Shemunatsi.Madziba@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.