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

NEX20/40 Infrastructure Works between Pelaw and Bede Stations, Collectively Forming the Metro Flow Programme

  • First published: 09 September 2020
  • Last modified: 09 September 2020

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:
Published by:
Tyne and Wear PTE (t/a Nexus)
Authority ID:
AA20592
Publication date:
09 September 2020
Deadline date:
05 October 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Nexus operate and maintain the Metro Network which serves a Tyne and Wear population of 1.13 million. The area includes key employment areas of Newcastle and Gateshead and Sunderland city centre hosting major retail, healthcare and higher education clusters. These locations are clusters of agglomeration for the region where much of its economic activity is concentrated and are a focus for commuting and leisure journeys. The Metro currently operates on two routes:

(i) the Airport to South Hylton (green line); and St James to South Shields (yellow line). Both lines have a twelve (12) minute daytime frequency with additional peak-time services.

These frequencies are the highest that can be delivered within the constraints imposed by existing infrastructure and rolling stock. Poor frequencies, longer journey times and over-crowding deter non-users from trying the Metro, so change is necessary to prepare for the future. To enable more frequent services to operate and to extend the network, a step-change in network resilience and capacity is required. These three themes define the metro flow programme.

The procurement of the metro flow programme is being conducted using the negotiated procedure in accordance with the provisions of the UCR as a single stage NEC4 Option C (Target Cost with Activity Schedule) design and construct contract.

This procurement will allow the award of a contract to design and construct twin track from Pelaw to Bede, utilising, and upgrading the divested Network Rail track that runs parallel. The successful bidder will provide all the infrastructure and services, testing and commissioning that are required to bring the dual track into Nexus operation. The scope of this Agreement will be generally as follows:

• review, develop and re-submit the Form A Outline Design and subsequent Form B Detailed Design for the works for approval by Nexus and Network Rail where appropriate;

• all structures to support W6a gauging and RA10 route availability;

• plain line infills will be installed between too the join the link the divested Network Rail line with the existing Metro lines;

• refurbishment of existing track;

• the third track which currently loops around the rear of both Hebburn and Jarrow station will be decommissioned and removed;

• all switches and crossings between Pelaw junction and Bede will be replaced to accommodate the new alignment;

• track drainage reviewed and replaced/updated as necessary;

• all underbridges will need to be strengthened to meet a rating capable of supporting Route Availability 10;

• the platforms at Jarrow and Hebburn Stations will need to be lowered to allow sufficient clearances to adjacent overbridges and new OLE clearances;

• troughing will be refurbished or installed to support the revised signalling installations;

• all existing overhead line will need to be raised to support W6a Gauging;

• overhead line will need to be installed over the Network Rail alignment which is being retained;

• the track will need to be re-signalled from Pelaw junction through to Bede to support the joint running of light and heavy rail; and

• Nexus’ RTMS system will require updating to reflect the transfer of the Network Rail line to Nexus ownership.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Tyne and Wear PTE (t/a Nexus)

33, St James' Boulevard

Newcastle upon Tyne

NE1 4AX

UK

Contact person: Corporate Procurement

Telephone: +44 1912033446

E-mail: tenders@nexus.org.uk

NUTS: UKC2

Internet address(es)

Main address: www.nexus.org.uk

Address of the buyer profile: www.nepo.org

I.3) Communication

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

www.nepo.org


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NEX20/40 Infrastructure Works between Pelaw and Bede Stations, Collectively Forming the Metro Flow Programme

Reference number: NEX20/40

II.1.2) Main CPV code

45234100

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Metro Flow Programme will deliver a fully dual tracked Metro Network delivering more capacity, more frequency and more resilience to the service by replacing the single-track sections with double-track on the route between Pelaw and South Shields. The outline design Nexus commissioned unifies the two existing Network Rail and Metro infrastructures to create a single twin track alignment removing the three single track pinch points during a circa twelve week closure when Metro services will be suspended but a daily freight movement through the blockade will remain. At blockade hand back, the lines will be unified and pinch points removed. The successful Bidder will complete the multi-disciplinary design and manage the installation and commissioning which will affect both Network Rail and Metro infrastructure. The scheme is funded by the DfT’s Transforming Cities Fund, which has a funding deadline of 31 March 2023 and the blockade will follow directly after the 2022 Great North Run.

II.1.5) Estimated total value

Value excluding VAT: 60 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45213320

45234116

45111000

60210000

II.2.3) Place of performance

NUTS code:

UKC2

II.2.4) Description of the procurement

Nexus operate and maintain the Metro Network which serves a Tyne and Wear population of 1.13 million. The area includes key employment areas of Newcastle and Gateshead and Sunderland city centre hosting major retail, healthcare and higher education clusters. These locations are clusters of agglomeration for the region where much of its economic activity is concentrated and are a focus for commuting and leisure journeys. The Metro currently operates on two routes:

(i) the Airport to South Hylton (green line); and St James to South Shields (yellow line). Both lines have a twelve (12) minute daytime frequency with additional peak-time services.

These frequencies are the highest that can be delivered within the constraints imposed by existing infrastructure and rolling stock. Poor frequencies, longer journey times and over-crowding deter non-users from trying the Metro, so change is necessary to prepare for the future. To enable more frequent services to operate and to extend the network, a step-change in network resilience and capacity is required. These three themes define the metro flow programme.

The procurement of the metro flow programme is being conducted using the negotiated procedure in accordance with the provisions of the UCR as a single stage NEC4 Option C (Target Cost with Activity Schedule) design and construct contract.

This procurement will allow the award of a contract to design and construct twin track from Pelaw to Bede, utilising, and upgrading the divested Network Rail track that runs parallel. The successful bidder will provide all the infrastructure and services, testing and commissioning that are required to bring the dual track into Nexus operation. The scope of this Agreement will be generally as follows:

• review, develop and re-submit the Form A Outline Design and subsequent Form B Detailed Design for the works for approval by Nexus and Network Rail where appropriate;

• all structures to support W6a gauging and RA10 route availability;

• plain line infills will be installed between too the join the link the divested Network Rail line with the existing Metro lines;

• refurbishment of existing track;

• the third track which currently loops around the rear of both Hebburn and Jarrow station will be decommissioned and removed;

• all switches and crossings between Pelaw junction and Bede will be replaced to accommodate the new alignment;

• track drainage reviewed and replaced/updated as necessary;

• all underbridges will need to be strengthened to meet a rating capable of supporting Route Availability 10;

• the platforms at Jarrow and Hebburn Stations will need to be lowered to allow sufficient clearances to adjacent overbridges and new OLE clearances;

• troughing will be refurbished or installed to support the revised signalling installations;

• all existing overhead line will need to be raised to support W6a Gauging;

• overhead line will need to be installed over the Network Rail alignment which is being retained;

• the track will need to be re-signalled from Pelaw junction through to Bede to support the joint running of light and heavy rail; and

• Nexus’ RTMS system will require updating to reflect the transfer of the Network Rail line to Nexus ownership.

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: 60 000 000.00  GBP

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

Start: 13/09/2021

End: 28/02/2023

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: No

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

Nexus reserves the right not to instruct any additional scope items under the contract entered into the successful Bidder. Nexus also reserves the right to conduct a separate procurement in relation to the optional scope items. Nexus aims to award this bid in August/September 2021.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.4) Objective rules and criteria for participation

Selection criteria as stated in the selection questionnaire.

III.1.6) Deposits and guarantees required:

As referred to in the procurement documents.

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

As referred to 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 referred to 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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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:

2020/S 137-338235

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

Date: 05/10/2020

Local time: 12:00

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

Date: 16/11/2020

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: 9 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Nexus

Newcastle

NE1 4AX

UK

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

WC2A 2LL

UK

Telephone: +44 2079476000

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Nexus will incorporate a minimum of ten (10) calendar days standstill period at the point information on the award of the agreement is communicated to bidders. Bidders who are unsuccessful will be informed by Nexus as soon as possible after the decision has been made as to the reasons why they were unsuccessful. If an appeal regarding the award of the agreement has not been successfully resolved by Nexus, the UCR provides for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must be brought promptly (generally within three (3) months). If a declaration of ineffectiveness is sought, any such action must be brought within thirty (30) days where Nexus has communicated the award of the agreement and a summary of reasons to applicants, or otherwise within six (6) months of the agreement being entered into. Where the agreement has not been entered into, the Court may order the setting aside of the award decision or order Nexus to amend any document and may award damages. If the agreement has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order Nexus to pay a fine, and/or order that the duration of the agreement be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the agreement is entered into.

VI.5) Date of dispatch of this notice

04/09/2020

Coding

Commodity categories

ID Title Parent category
45213320 Construction work for buildings relating to railway transport Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
60210000 Public transport services by railways Railway transport services
45234100 Railway construction works Construction work for railways and cable transport systems
45234116 Track construction works Construction work for railways and cable transport systems

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:
tenders@nexus.org.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.