Network Rail North West & Central Region CP7 Frameworks: Framework Category D (Ангилья - Тендер #51356256) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 51356256 Дата публикации: 13-02-2024 Источник тендера: Sell2Wales – Government´s Initiative |
||
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
UK
Telephone: +44 1908781000
E-mail: sam.allsop@networkrail.co.uk
NUTS: UK
Internet address(es)
Main address: http://www.networkrail.co.uk/
I.6) Main activity
Railway services
Section II: Object II.1) Scope of the procurement II.1.1) TitleNetwork Rail North West & Central Region CP7 Frameworks: Framework Category D
II.1.2) Main CPV code45000000
II.1.3) Type of contractWorks
II.1.4) Short descriptionNetwork Rail has put in place a number of frameworks for Control Period 7 (CP7) for the delivery of capital works in the North West & Central Region. These frameworks are divided into categories and separate Contract Award Notices relate to each of them. This Contract Award Notice relates to Framework Category D.
CP7 covers the 5 year period from 1st April 2024 to 31st March 2029.
The North West & Central Region (Region and referred to as R in the lots and sub-lots) is formed of 3 routes, North West (NW), Central (C) and West Coast South (WCS). Some lots within this Contract Award Notice relate to the Region and others relate to one or more routes.
Additional information on the Region (including the geographical areas covered by these 3 routes) can be found at: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/
Framework Category D
This category relates to the delivery of “minor and reactive works” (each with a value up to £100k) relating to planned, unplanned and cyclical maintenance requirements, with discipline specific lots for Civil Engineering and Buildings, across different geographical areas within the Region as described in section II.2 in more detail.
The scope of works proposed to be delivered under Framework Category D is:
• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice (Note: Does not apply to all lots, see section II.2 for more detail on each lot)
• Survey, investigation, and testing
• Outline and detailed design (including temporary works)
• Implementation
• Enabling works for inspections and assessments
• Demolition
• Booking of possessions, isolations, and road closures
• Statutory consents and permissions
• If directed by Network Rail, third party access agreements
These works to Network Rail’s assets may incorporate inspection, maintenance, repair, partial or whole renewal.
Network Rail has appointed suppliers to this Framework Category D across two discipline lots and geographical sub-lots as follows:
Civil Engineering (Structures & Geotechnical)
Lot D1 (O-C) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers
Lot D1 (R) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers
Buildings
Lot D2 (NW) Buildings in North West Route area only: 3 Suppliers
Lot D2 (C&WCS) Buildings in combined Central Route and West Coast South Route areas only: 3 Suppliers
II.1.6) Information about lotsThis contract is divided into lots: Yes
II.1.7) Total value of the procurementValue excluding VAT: 229 000 000.00 GBP
II.2) DescriptionLot No: D1 (OC)
II.2.1) TitleLot D1 (O-C) Civil Engineering (Structures & Geotechnical)
II.2.2) Additional CPV code(s)45100000
45200000
45221112
45221122
45221242
45234100
45234114
71320000
71322000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementNetwork Rail has appointed two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region.
The scope of works which Network Rail may require comprises:
• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.
• All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes.
• Survey, investigation, and testing
• Outline and detailed design (including temporary works)
• Implementation
• Enabling works for inspections and assessments
• Demolition
• Booking of possessions, isolations, and road closures
• Statutory consents and permissions
• If directed by Network Rail, third party access agreements
These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:
• Bridges (underbridges, overbridges, footbridges, property rafts)
• Viaducts
• Tunnels
• Walls (boundary, retaining and acoustic barriers)
• Drainage including culverts
• Structures and works associated with river, coastal and estuarine defences
• Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works)
• Mining (mine workings, shafts and adits)
• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)
Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows:
• Emergency – Attend within 2 hours from receipt of order
• Urgent – Attend within 24 hours from receipt of order
• Routine – Attend within 7 days from receipt or order
• Programmed – As stated on the order
Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays.
The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.
II.2.11) Information about optionsOptions: Yes
Description of options:
The initial term of the framework will be 3 years (following a 2 month mobilisation period) with an option, subject to each successful supplier"s performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: D1 (R)
II.2.1) TitleLot D1 (R) Civil Engineering (Structures & Geotechnical)
II.2.2) Additional CPV code(s)45100000
45200000
45221112
45221122
45221242
45234100
45234114
71320000
71322000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementNetwork Rail has appointed two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region.
The scope of works which Network Rail may require comprises:
• All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes.
• Survey, investigation, and testing
• Outline and detailed design (including temporary works)
• Implementation
• Enabling works for inspections and assessments
• Demolition
• Booking of possessions, isolations, and road closures
• Statutory consents and permissions
• If directed by Network Rail, third party access agreements
These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:
• Bridges (underbridges, overbridges, footbridges, property rafts)
• Viaducts
• Tunnels
• Walls (boundary, retaining and acoustic barriers)
• Drainage including culverts
• Structures and works associated with river, coastal and estuarine defences
• Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works)
• Mining (mine workings, shafts and adits)
• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)
Each order under the framework agreement will be categorised by the Network Rail to detail the required response time as follows:
• Urgent – Attend within 24 hours from receipt of order
• Routine – Attend within 7 days from receipt or order
• Programmed – As stated on the order
Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.
II.2.11) Information about optionsOptions: Yes
Description of options:
The initial term of the framework will be 3 years (following a 2 month mobilisation period) with an option, subject to each successful supplier"s performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: D2 (NW)
II.2.1) TitleLot D2 (NW) Buildings
II.2.2) Additional CPV code(s)45210000
45213320
45213321
45300000
71320000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementNetwork Rail has appointed three framework supplier(s) to deliver a proportion of the Buildings minor works and reactive workbank across the North West Route area. This is a geographical sub-lot comprising the North West Route. Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D.
The scope of works which Network Rail may require comprises:
• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.
• All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings.
• Survey, investigation, and testing
• Outline and detailed design (including temporary works)
• Implementation
• Enabling works for inspections and assessments
• Demolition
• Asbestos management and removal
• Booking of possessions, isolations, and road closures
• Statutory consents and permissions
• If directed by Network Rail, third party access agreements
These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:
• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies)
• Light maintenance depots
• Maintenance delivery units
• Critical lineside buildings (signal boxes, route operating centres, relay rooms)
• Non-critical lineside buildings
• Supply chain operations sites
• Car parks, footpaths, and hardstanding
• Walls (boundary, retaining and acoustic barriers)
• Drainage including culverts
• Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment.
Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows:
• Emergency – Attend within 2 hours from receipt of order
• Urgent – Attend within 24 hours from receipt of order
• Routine – Attend within 7 days from receipt or order
• Programmed – As stated on the order
Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.
II.2.11) Information about optionsOptions: Yes
Description of options:
The initial term of the framework will be 3 years (following a 2 month mobilisation period) with an option, subject to each successful supplier"s performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: D2 (C&WCS)
II.2.1) TitleLot D2 (C&WCS) Buildings
II.2.2) Additional CPV code(s)45210000
45213320
45213321
45300000
71320000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementNetwork Rail has appointed three framework supplier(s) to deliver a proportion of the Buildings minor works and reactive workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas. Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D.
The scope of works which Network Rail may require comprises:
• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.
• All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings.
• Survey, investigation, and testing
• Outline and detailed design (including temporary works)
• Implementation
• Enabling works for inspections and assessments
• Demolition
• Asbestos management and removal
• Booking of possessions, isolations, and road closures
• Statutory consents and permissions
• If directed by Network Rail, third party access agreements
These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:
• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies)
• Light maintenance depots
• Maintenance delivery units
• Critical lineside buildings (signal boxes, route operating centres, relay rooms)
• Non-critical lineside buildings
• Supply chain operations sites
• Car parks, footpaths, and hardstanding
• Walls (boundary, retaining and acoustic barriers)
• Drainage including culverts
• Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment.
Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows:
• Emergency – Attend within 2 hours from receipt of order
• Urgent – Attend within 24 hours from receipt of order
• Routine – Attend within 7 days from receipt or order
• Programmed – As stated on the order
Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.
II.2.11) Information about optionsOptions: Yes
Description of options:
The initial term of the framework will be 3 years (following a 2 month mobilisation period) with an option, subject to each successful supplier"s performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureNegotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with a single operator.
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 procedureNotice number in the OJ S:
2022/S 000-016353
Section V: Award of contractLot No: D1 (OC)
Title: Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)
A contract/lot is awarded: Yes
V.2 Award of contract V.2.1) Date of conclusion of the contract12/01/2024
V.2.2) Information about tendersNumber of tenders received: 6
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractorAmalgamated Construction Ltd
Leeds
UK
NUTS: UK
The contractor is an SME: No
V.2.5) Information about subcontracting Section V: Award of contractLot No: D1 (OC)
Title: Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)
A contract/lot is awarded: Yes
V.2 Award of contract V.2.1) Date of conclusion of the contract12/01/2024
V.2.2) Information about tendersNumber of tenders received: 6
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractorQTS Group Ltd
South Lanarkshire
UK
NUTS: UK
The contractor is an SME: No
V.2.5) Information about subcontracting Section V: Award of contractLot No: D1 (R)
Title: Lot D1 (R) Civil Engineering (Structures & Geotechnical)
A contract/lot is awarded: Yes
V.2 Award of contract V.2.1) Date of conclusion of the contract12/01/2024
V.2.2) Information about tendersNumber of tenders received: 5
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractorConstruction Marine Ltd
Leeds
UK
NUTS: UK
The contractor is an SME: No
V.2.5) Information about subcontracting Section V: Award of contractLot No: D1 (R)
Title: Lot D1 (R) Civil Engineering (Structures & Geotechnical)
A contract/lot is awarded: Yes
V.2 Award of contract V.2.1) Date of conclusion of the contract12/01/2024
V.2.2) Information about tendersNumber of tenders received: 5
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractorJ Murphy & Sons
London
UK
NUTS: UK
The contractor is an SME: No
V.2.5) Information about subcontracting Section V: Award of contractLot No: D2 (NW)
Title: Lot D2 (NW) Buildings
A contract/lot is awarded: Yes
V.2 Award of contract V.2.1) Date of conclusion of the contract12/01/2024
V.2.2) Information about tendersNumber of tenders received: 9
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractorAmalgamated Construction Ltd
Leeds
UK
NUTS: UK
The contractor is an SME: No
V.2.5) Information about subcontracting Section V: Award of contractLot No: D2 (NW)
Title: Lot D2 (NW) Buildings
A contract/lot is awarded: Yes
V.2 Award of contract V.2.1) Date of conclusion of the contract07/02/2024
V.2.2) Information about tendersNumber of tenders received: 9
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractorCK Rail Solutions Ltd
Sheffield
UK
NUTS: UK
The contractor is an SME: No
V.2.5) Information about subcontracting Section V: Award of contractLot No: D2 (NW)
Title: Lot D2 (NW) Buildings
A contract/lot is awarded: Yes
V.2 Award of contract V.2.1) Date of conclusion of the contract12/01/2024
V.2.2) Information about tendersNumber of tenders received: 9
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractorJSS Rail Limited
St Albans
UK
NUTS: UK
The contractor is an SME: No
V.2.5) Information about subcontracting Section V: Award of contractLot No: D2 (C&WCS)
Title: Lot D2 (C&WCS) Buildings
A contract/lot is awarded: Yes
V.2 Award of contract V.2.1) Date of conclusion of the contract12/01/2024
V.2.2) Information about tendersNumber of tenders received: 6
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractorAmalgamated Construction Ltd
Leeds
UK
NUTS: UK
The contractor is an SME: No
V.2.5) Information about subcontracting Section V: Award of contractLot No: D2 (C&WCS)
Title: Lot D2 (C&WCS) Buildings
A contract/lot is awarded: Yes
V.2 Award of contract V.2.1) Date of conclusion of the contract07/02/2024
V.2.2) Information about tendersNumber of tenders received: 6
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractorCK Rail Solutions Ltd
Sheffield
UK
NUTS: UK
The contractor is an SME: No
V.2.5) Information about subcontracting Section V: Award of contractLot No: D2 (C&WCS)
Title: Lot D2 (C&WCS) Buildings
A contract/lot is awarded: Yes
V.2 Award of contract V.2.1) Date of conclusion of the contract12/01/2024
V.2.2) Information about tendersNumber of tenders received: 6
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractorJSS Rail Limited
St Albans
UK
NUTS: UK
The contractor is an SME: No
V.2.5) Information about subcontracting Section VI: Complementary information VI.3) Additional informationThe estimated value at II.1.7 relates to the full duration of the agreement, including the mobilisation period (2-3 months), initial term (36 months) and renewal options (24 months).
The estimated total value at section II.1.7 is based on Network Rail’s current forecast of future spend under the frameworks. It should be noted, however, that these values are Network Rail’s best estimate based on currently available information, and in particular that any third party spend is not certain at this stage. The final value of the frameworks may therefore be higher or lower.
VI.4) Procedures for review VI.4.1) Review bodyThe High Court
London
WC2A 1AA
UK
VI.4.2) Body responsible for mediation proceduresThe High Court
London
WC2A 1AA
UK
VI.5) Date of dispatch of this notice12/02/2024
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | sam.allsop@networkrail.co.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 45210000 | Building construction work | Works for complete or part construction and civil engineering work |
| 45300000 | Building installation work | Construction work |
| 45000000 | Construction work | Construction and Real Estate |
| 45213320 | Construction work for buildings relating to railway transport | Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport |
| 71320000 | Engineering design services | Engineering services |
| 71322000 | Engineering design services for the construction of civil engineering works | Engineering design services |
| 45221112 | Railway bridge construction work | Construction work for bridges and tunnels, shafts and subways |
| 45234100 | Railway construction works | Construction work for railways and cable transport systems |
| 45234114 | Railway embankment construction work | Construction work for railways and cable transport systems |
| 45213321 | Railway station construction work | Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport |
| 45221242 | Railway tunnel construction work | Construction work for bridges and tunnels, shafts and subways |
| 45221122 | Railway viaduct construction work | Construction work for bridges and tunnels, shafts and subways |
| 45100000 | Site preparation work | Construction work |
| 45200000 | Works for complete or part construction and civil engineering work | Construction work |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |