United Kingdom-London: Track construction works
2018/S 115-262492
Contract notice – utilities
Works
Section I: Contracting entity
1 Eversholt Street
London
NW1 2DN
United Kingdom
Contact person: Tim Jakeman
Telephone: +44 1908781000
E-mail: MjE5Nj1BPV9cUGJfUlpSW2EtW1JhZFxfWF9OVlkbUFwbYlg=
NUTS code: UK
Internet address(es):
Main address: www.networkrail.co.uk
Section II: Object
IP Track Delivery — Track Works
Network Rail (NR) is seeking suppliers for its Track works contracts who will undertake track works on the GB rail infrastructure over the next 10 years, predominantly in line with NR's Control Period 6 (2019-2024) and Control Period 7 (2024-2029). Network rail is seeking design suppliers and installation suppliers to pre-form as consortia to express interest and pre-qualify for the forthcoming tender event.
The procurement is intended to be awarded under nil value Programme Alliance Agreements based on NR21 for 3 Lots comprising: North (Scotland Route); Central (LNW, LNE and East Midlands Routes); and South (Western, Wales, Wessex, South East and Anglia Routes).
Network Rail intends to appoint 3 consortia and is restricting the number of Lots a single consortium may be awarded to a maximum of one in order to maintain operational security.
North
Scotland Route.
The scope will cover the site investigation, survey, design, planning and installation of track works, i.e. any of the renewal, removal, refurbishment or new installation of plain line track, track drainage or switches and crossings by whatever means.
This is including, but not limited to, the following associated track work items:
Re-alignment, lifting and lowering of track, OHLE / ETE / 3rd Rail, signalling and telecoms including plug and play, electrification and power for points heating and Remote condition monitoring, removal, replacement or new installation of lineside plant such as rail lubricators, fencing and rail crossings – road, access and pedestrian crossings, civils associated with these activities; cabinet bases, walkways, troughing routes, under track crossings, platform works, OHLE portal / signal foundations and longitudinal / wheel timber bridges.
This also includes the following standalone items, i.e. not in association with track works:
Track drainage renewal, removal, refurbishment or new installation, track bed stabilisation – works to track formation and sub-structure, rail crossings – road, access and pedestrian crossings.
It is intended to award a 10-year framework, with a break clause at the end of the first five years, under a Programme alliance agreement based upon NR21 to the successful consortium. The anticipated start date for the Framework is July/August 2019.
5 000 000 000 GBP is an estimated combined value of the 3 Lots for the 10 years of the contract including both renewal works and enhancements schemes. While Network Rail retains understanding of the renewals portfolio, due to the way enhancements schemes are funded, the value of enhancements may fluctuate. Therefore the total value of the Contracts over 10 years is subject to change and is likely to be within the range of 3 000 000 000 GBP - 5 000 000 000 GBP.
Available in the procurement documents.
Central
London North Western (LNW), London North Eastern (LNE) and East Midlands Routes.
The scope will cover the site investigation, survey, design, planning and installation of track works, i.e. any of the renewal, removal, refurbishment or new installation of plain line track, track drainage or switches and crossings by whatever means.
This is including, but not limited to, the following associated track work items:
Re-alignment, lifting and lowering of track, OHLE / ETE / 3rd Rail, signalling and telecoms including plug and play, electrification and power for points heating and Remote condition monitoring, removal, replacement or new installation of lineside plant such as rail lubricators, fencing and rail crossings – road, access and pedestrian crossings, civils associated with these activities; cabinet bases, walkways, troughing routes, under track crossings, platform works, OHLE portal / signal foundations and longitudinal / wheel timber bridges.
This also includes the following standalone items, i.e. not in association with track works:
Track drainage renewal, removal, refurbishment or new installation, track bed stabilisation – works to track formation and sub-structure, rail crossings – road, access and pedestrian crossings.
It is intended to award a 10-year framework, with a break clause at the end of the first five years, under a Programme Alliance Agreement based upon NR21 to the successful consortia. The anticipated start date for the Framework is July/August 2019.
5 000 000 000 GBP is an estimated combined value of the 3 Lots for the 10 years of the Contract including both renewal works and enhancements schemes. While Network Rail retains understanding of the renewals portfolio, due to the way enhancements schemes are funded, the value of enhancements may fluctuate. Therefore the total value of the Contracts over 10 years is subject to change and is likely to be within the range of 3 000 000 000 GBP - 5 000 000 000 GBP.
Available in the procurement documents.
South
Western, Wales, Wessex, South East and Anglia Routes.
The scope will cover the site investigation, survey, design, planning and installation of track works, i.e. any of the renewal, removal, refurbishment or new installation of plain line track, track drainage or switches and crossings by whatever means.
This is including, but not limited to, the following associated track work items:
Re-alignment, lifting and lowering of track, OHLE / ETE / 3rd Rail, signalling and telecoms including plug and play, electrification and power for points heating and Remote Condition Monitoring, removal, replacement or new installation of lineside plant such as rail lubricators, fencing and rail crossings – road, access and pedestrian crossings, civils associated with these activities; cabinet bases, walkways, troughing routes, under track crossings, platform works, OHLE portal / signal foundations and longitudinal / wheel timber bridges.
This also includes the following standalone items, i.e. not in association with track works:
Track drainage renewal, removal, refurbishment or new installation, track bed stabilisation – works to track formation and sub-structure, rail crossings – road, access and pedestrian crossings.
It is intended to award a 10-year framework, with a break clause at the end of the first 5 years, under a Programme alliance agreement based upon NR21 to the successful consortia. The anticipated start date for the Framework is July/August 2019.
5 000 000 000 GBP is an estimated combined value of the 3 Lots for the 10 years of the contract including both renewal works and enhancements schemes. While Network Rail retains understanding of the renewals portfolio, due to the way enhancements schemes are funded, the value of enhancements may fluctuate. Therefore the total value of the contracts over 10 years is subject to change and is likely to be within the range of 3 000 000 000 GBP - 5 000 000 000 GBP.
Available in the procurement documents.
Section III: Legal, economic, financial and technical information
Applicants are referred to the procurement documents for information about Network rail's rules and criteria for participation.
A Parent company guarantee may be required.
The main financing conditions, payment mechanisms, performance standards and incentive mechanisms are described in the procurement documents.
The procurement documents are available via Network Rail's electronic procurement system (BravoNR).
The form of contract governing these arrangements will be a Programme alliance agreement based on an amended version of the NR21; the standard NR21 template is available on Network Rail's website: https://www.networkrail.co.uk/industry-commercial-partners/supplying-us/supply-works-services-products/standard-suite-contracts/
Network Rail will only accept pre-qualification and tender submissions from consortia consisting of a minimum of one designer and one installer.
Joint ventures (either incorporated or otherwise) will not be permitted in a consortium as successful consortium participants will be expected to each individually sign up to the Programme Alliance Agreement.
Applicants are referred to the procurement documents for further information.
Section IV: Procedure
Section VI: Complementary information
2027 - 2029
Adjacent works:
Network Rail may instruct the Alliance to undertake Track works in an adjacent Area where it is value for money and otherwise practical to do so. Network Rail will take into account the various Alliances’ capacity, resources and geographic accessibility. Likewise an Alliance in an adjacent Area may be instructed to undertake Adjacent Works (in the Alliance’s Area) on a similar basis.
Additional Works:
Where Network rail considers appropriate, an Alliance (or participant within an Alliance) may be invited to enter into a new contract with Network rail to undertake Track Works in the Area or in an adjacent Area. Such a new contract with Network rail may be solely with that Participant (or all Participants), or may include other designers and/or contractors. An Additional Works Contract may be based on any of Network Rail’s standard terms and conditions amended accordingly, including NR21 requiring that Participant (or all Participants) to enter into another Alliance Agreement with Network Rail (or join an existing alliance).
London
WC2A 1AA
United Kingdom
London
WC2A 1AA
United Kingdom
Network Rail will incorporate a minimum 10 calendar day standstill period after notification to unsuccessful bidders and until such point will not enter into a contract for this requirement. Part 5 of the Utilities Contracts Regulations 2016 sets out the remedies available to economic operators and provides for aggrieved economic operators to take action in the High Court of England and Wales.
London
WC2A 1AA
United Kingdom