Construction Tenders

Sat July 20 2024

Related Information

Construction Contract Leads

North East

Category Services

Type

No. of Lots 2

Status Active

Published 19th Jul 2024

Tender Details
Referenceocds-h6vhtk-04373d
Common Procurement VocabularyRailway-track inspection services
Procurement MethodCompetitive procedure with negotiation
Value£45,000,000
« Previous Page

North East

Category Services

Type

No. of Lots 2

Status Active

Published 19th Jul 2024

Tender Details
Referenceocds-h6vhtk-04373d
Common Procurement VocabularyRailway-track inspection services
Procurement MethodCompetitive procedure with negotiation
Value£45,000,000

Section I: Contracting authority

I.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Email

Philip.Hunt [at] networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.networkrail.co.uk/

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

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 above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

National or federal Agency/Office

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Track Bed Investigation Framework re-tender

II.1.2) Main CPV code

  • 71631470 - Railway-track inspection services

II.1.3) Type of contract

Services

II.1.4) Short description

This Contract Notice relates to F01: Prior information notice (prior information only) Notice reference: 2024/S 000-003733 Published 5 February 2024, 3:46pm.

Network Rail currently has a national Framework Agreement for the provision of Track Bed Investigations which will be re-tendered to satisfy business needs.

The framework scope will include standard and deep track bed investigations, concrete coring and various drainage surveys, which are used for the design and specification of the trackbed for track renewals.

The framework will be specific to the Engineering Services Design Delivery function in Network Rail. The workbank comes from client teams in the Network Rail regions who will call-off from the framework when track bed investigations are required.

Due to the work-related nature of these activities, the framework terms & conditions will be based on the NR29 Framework Contract for Network Rail Amended NEC4 Engineering and Construction Short Contract.

The framework will run for an initial period of five years, and Network Rail will have the option to extend for two further one-year periods, providing the flexibility for a five, six or seven year framework duration.

The tender will be split into two lots as follows; lot 1 will be for track bed investigations in England & Wales, and lot 2 will be for those in Scotland. Based on historic usage we estimate that lot 1 will account for approximately 90% of demand and lot 2 the remaining 10%.

No more than one supplier will be awarded a framework for each lot, however one supplier could win both lots, or two suppliers could win a lot each.

Network Rail will undertake a pre-qualification stage which will down select to a shortlist of Candidates that shall be invited to tender.

If you would like to take part in this Procurement Event then please send an email referencing this Contract Notice to philip.hunt [at] networkrail.co.uk no later than 12:00 on Friday 26th July 2024.

The Pre-Qualification Questionnaire, which will contain all of the Procurement Documents, is being finalised and will be issued as soon as possible in the week commencing 22/07/2024 to any candidate that requests participation prior to the deadline as above, and you can start working on this upon receipt.

A summary of key timeline events is as follows:

Deadline to respond to this Contract Notice - 12:00 26/07/2024

Deadline to respond to the Pre Qualification Questionnaire (PQQ) - 06/09/2024

Invitation to Tender (ITT) issue date - 28/11/2024

Deadline to respond to ITT - 23/01/2025

Contract Award Decision - 12/06/2025

Contract Commencement - 17/07/2025

II.1.5) Estimated total value

Value excluding VAT: £45,000,000

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: 2

II.2) Description

II.2.1) Title

Track Bed Investigation Framework re-tender - England & Wales

Lot No

1

II.2.2) Additional CPV code(s)

  • 71631470 - Railway-track inspection services

II.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
Main site or place of performance

Railway track sites in England & Wales

II.2.4) Description of the procurement

The specification for the Track Bed Investigation Framework covers the following track bed investigation and associated works, and site & factual reporting which are to be provided for track sites in England & Wales:

Standard Track Bed Investigation:

• Determining the condition of the existing track bed and sub-grade

• Assessing the condition of the existing lineside drainage.

• Dynamic Cone Penetration (DCP) to determine the soil structural properties.

• Trial trenches to determine drainage paths and lateral variation of track bed materials.

• Categorising of Spent Ballast for disposal

• Measuring structural constraints (clearances) to support the construction phase and compliance with COM Regulations 2015 (Design Risk Register) to determine construction risks and mitigations.

Deep Track Bed Investigation

• Deeper window sampling and Standard Penetration Test (SPT) using heavy probing techniques for investigating Track Bed Stabilisation sites.

Additional Works and Other Investigation Techniques

• Stiffness Measurement surveys using Falling Weight Deflectometer (FWD), and Light Weight Deflectometer (LWD).

• Drainage level surveys/topographical surveys to support the design track of drainage systems.

• Concrete coring of slab track or other associated foundations

• Material testing

• Rail and sleeper deflection monitoring using cameras, Geophones or similar.

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: £40,500,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Network Rail will have the option to extend for two further one-year periods, providing the flexibility for a five, six or seven year framework duration in total.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

Please refer to the Procurement Documents.

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) Description

II.2.1) Title

Track Bed Investigation Framework - Scotland's Railway

Lot No

2

II.2.2) Additional CPV code(s)

  • 71631470 - Railway-track inspection services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Railway track sites in Scotland

II.2.4) Description of the procurement

The specification for the current Track Bed Investigation Framework covers the following track bed investigation and associated works, and site & factual reporting which are provided in Scotland:

Standard Track Bed Investigation:

• Determining the condition of the existing track bed and sub-grade

• Assessing the condition of the existing lineside drainage.

• Dynamic Cone Penetration (DCP) to determine the soil structural properties.

• Trial trenches to determine drainage paths and lateral variation of track bed materials.

• Categorising of Spent Ballast for disposal

• Measuring structural constraints (clearances) to support the construction phase and compliance with COM Regulations 2015 (Design Risk Register) to determine construction risks and mitigations.

Deep Track Bed Investigation

• Deeper window sampling and Standard Penetration Test (SPT) using heavy probing techniques for investigating Track Bed Stabilisation sites.

Additional Works and Other Investigation Techniques

• Stiffness Measurement surveys using Falling Weight Deflectometer (FWD), and Light Weight Deflectometer (LWD).

• Drainage level surveys/topographical surveys to support the design track of drainage systems.

• Concrete coring of slab track or other associated foundations

• Material testing

• Rail and sleeper deflection monitoring using cameras, Geophones or similar.

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: £4,500,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Network Rail will have the option to extend for two further one-year periods, providing the flexibility for a five, six or seven year framework duration in total.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

Please refer to the Procurement Documents.

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


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

List and brief description of conditions

The framework terms & conditions will be based on the NR29 Framework Contract for Network Rail Amended NEC4 Engineering and Construction Short Contract.

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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

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 a single operator

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about the 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: 2024/S 000-003733

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

Date

26 July 2024

Local time

12:00pm

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

28 November 2024

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)


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

The High Court

London

WC2A 2LL

Country

United Kingdom