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