loading
  • GB-NW1 2DN London
  • 02.07.2018
  • Ausschreibung
  • (ID 2-305655)

IP Track Delivery — Track Works


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 02.07.2018, 16:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 4
    Gebäudetyp Verkehr
    Art der Leistung Bauleistung / Objektplanung Verkehrsanlagen
    Sprache Englisch
    Baukosten 5.000.000.000 GBP zzgl. USt.
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren UK-NW1 2DN London
    TED Dokumenten-Nr. 262492-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-London: Track construction works

      2018/S 115-262492

      Contract notice – utilities

      Works

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Network Rail Infrastructure Ltd
      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

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://networkrail.bravosolution.co.uk/web/login.html
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://networkrail.bravosolution.co.uk/web/login.html
      Tenders or requests to participate must be submitted to the abovementioned address
      I.6)Main activity
      Railway services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

      IP Track Delivery — Track Works

      II.1.2)Main CPV code
      45234116
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

      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.

      II.1.5)Estimated total value
      Value excluding VAT: 5 000 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      Maximum number of lots that may be awarded to one tenderer: 1
      II.2)Description
      II.2.1)Title:

      North

      Lot No: 1
      II.2.2)Additional CPV code(s)
      45234100
      45234115
      71311230
      71320000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

      Scotland Route.

      II.2.4)Description of the procurement:

      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.

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 120
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 4
      Objective criteria for choosing the limited number of candidates:

      Available in the procurement documents.

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: As this contract will cover both renewal and enhancement works, there is potential that certain projects called off under this contract may be, either in full or in part, funded by the EU.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Central

      Lot No: 2
      II.2.2)Additional CPV code(s)
      45234100
      45234115
      71311230
      71320000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

      London North Western (LNW), London North Eastern (LNE) and East Midlands Routes.

      II.2.4)Description of the procurement:

      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.

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 120
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 4
      Objective criteria for choosing the limited number of candidates:

      Available in the procurement documents.

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: As this contract will cover both renewal and enhancement works, there is potential that certain projects called off under this contract may be, either in full or in part, funded by the EU.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      South

      Lot No: 3
      II.2.2)Additional CPV code(s)
      45234100
      45234115
      71311230
      71320000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

      Western, Wales, Wessex, South East and Anglia Routes.

      II.2.4)Description of the procurement:

      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.

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 120
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 4
      Objective criteria for choosing the limited number of candidates:

      Available in the procurement documents.

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: As this contract will cover both renewal and enhancement works, there is potential that certain projects called off under this contract may be, either in full or in part, funded by the EU.
      II.2.14)Additional information

      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
      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.1.4)Objective rules and criteria for participation
      List and brief description of rules and criteria:

      Applicants are referred to the procurement documents for information about Network rail's rules and criteria for participation.

      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:

      A Parent company guarantee may be required.

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

      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/

      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

      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.

      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:

      Applicants are referred to the procurement documents for further information.

      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Negotiated procedure with prior 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
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 3
      In the case of framework agreements, provide justification for any duration exceeding 8 years:
      TUPE transitions apply to the award of these Frameworks, the cost of which is approximately £13m-£15m each time these works are re-procured. In addition, in order to incentivise supply chain investment, sufficient time needs to be given to suppliers to make a sufficient return on their investments.
      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.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2018/S 050-109782
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 02/07/2018
      Local time: 16:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 15/08/2018
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      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)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

      2027 - 2029

      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

      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).

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court
      London
      WC2A 1AA
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      The High Court
      London
      WC2A 1AA
      United Kingdom
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

      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.

      VI.4.4)Service from which information about the review procedure may be obtained
      The High Court
      London
      WC2A 1AA
      United Kingdom
      VI.5)Date of dispatch of this notice:
      15/06/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 19.06.2018
Zuletzt aktualisiert 19.06.2018
Wettbewerbs-ID 2-305655 Status Kostenpflichtig
Seitenaufrufe 33