Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
IP-SNE Renewals and Enhancements Framework
II.1.2)Main CPV code45234100 Railway construction works
II.1.3)Type of contractWorks
II.1.4)Short description:
IP-SNE has carried out a procurement event to engage three (3) contractors in the delivery of structures renewals, buildings and enhancements works, primarily across the Scotland and North East Region, which is divided into the Scotland, LNE and EM routes. The procurement was awarded under a nil value NR13C Framework Commission Agreement separated into 3 lots. Each lot shall include the opportunity for the re opening of competition between the framework suppliers in respect of works within the scope of the framework which are not directly awarded to a framework supplier.
II.1.6)Information about lotsThis contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT) (Agree to publish? yes)Value excluding VAT: 1 900 000 000.00 GBP
II.2)Description
II.2.1)Title:
IPSNE CP6 Renewals and General Enhancements Framework (Lot 1)
Lot No: 1
II.2.2)Additional CPV code(s)45213320 Construction work for buildings relating to railway transport
45213321 Railway station construction work
45220000 Engineering works and construction works
45221000 Construction work for bridges and tunnels, shafts and subways
45221100 Construction work for bridges
45221112 Railway bridge construction work
45221113 Footbridge construction work
45221114 Construction work for iron bridges
45221115 Construction work for steel bridges
45221119 Bridge renewal construction work
45221122 Railway viaduct construction work
45221213 Covered or partially-covered railway excavations
45221220 Culverts
45221242 Railway tunnel construction work
45221248 Tunnel linings construction work
45234100 Railway construction works
45234112 Railway depot construction work
45234114 Railway embankment construction work
45234115 Railway signalling works
45234129 Urban railway track construction works
45234140 Level crossing construction works
45243500 Sea defences construction work
45246410 Flood-defences maintenance works
71000000 Architectural, construction, engineering and inspection services
71320000 Engineering design services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
Lot 1 has a focus on multi-discipline enhancements, buildings and structures works across the Scotland, LNE and EM Routes. It has an initial indicative value over the effective life of the framework of Three Hundred and Twenty Million Pounds (320 000 000 GBP). The maximum value of works which may be awarded to the Lot 1 Supplier is 950 000 000 GBP. In exceptional circumstances, including but not limited to, the insolvency of a framework supplier or termination of a framework contract for one of the other lots, NR may award further works (i.e. works with a value beyond 950 000 000 GBP) provided that the total framework value of 1900 000 000 GBP is not exceeded.
II.2.5)Award criteriaQuality criterion - Name: Safety / Weighting: 10 %
Quality criterion - Name: Sustainability / Weighting: 5 %
Quality criterion - Name: Technical / Weighting: 25 %
Quality criterion - Name: Resource / Weighting: 15 %
Quality criterion - Name: Collaboration / Weighting: 15 %
Cost criterion - Name: Uplift model / Weighting: 10 %
Cost criterion - Name: Schedule of rates / Weighting: 2 %
Cost criterion - Name: Overhead and profit / Weighting: 4 %
Cost criterion - Name: Efficiency / Weighting: 4 %
Cost criterion - Name: Pricing Exercises / Weighting: 10 %
II.2.11)Information about optionsOptions: yes
Description of options:
Each workbank shall be reviewed at least annually or more frequently if required. During the term of the framework, network rail may amend the workbank for each lot by adding or removing works of a similar size, type and complexity to those set out in the initial indicative workbank for the particular lot. Each framework contract shall contain provision for the re-opening of competition between the framework suppliers in respect of contracts within the scope of this framework which are not allocated to a workbank.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
There is the possibility of EU funded projects through the life of the Framework with none in current contemplation.
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)45213320 Construction work for buildings relating to railway transport
45213321 Railway station construction work
45220000 Engineering works and construction works
45221000 Construction work for bridges and tunnels, shafts and subways
45221100 Construction work for bridges
45221112 Railway bridge construction work
45221113 Footbridge construction work
45221114 Construction work for iron bridges
45221115 Construction work for steel bridges
45221119 Bridge renewal construction work
45221122 Railway viaduct construction work
45221213 Covered or partially-covered railway excavations
45221220 Culverts
45221242 Railway tunnel construction work
45221248 Tunnel linings construction work
45234100 Railway construction works
45234112 Railway depot construction work
45234114 Railway embankment construction work
45234115 Railway signalling works
45234129 Urban railway track construction works
45234140 Level crossing construction works
45243500 Sea defences construction work
45246410 Flood-defences maintenance works
71000000 Architectural, construction, engineering and inspection services
71320000 Engineering design services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
Lot 2 has a focus on structures works predominantly across the Scotland Route with a requirement to deliver enhancements and buildings. Tenderers must be able to deliver the required work types across the whole of the territory described in the procurement documents and in addition must be capable of delivering specific schemes in the LNE and EM region. Lot Two has an initial indicative value over the effective life of the framework of One Hundred and Thirty Five Million pounds (135 000 000 GBP). The maximum value of works which may be awarded to the Lot 2 Supplier is 450 000 000 GBP. In exceptional circumstances, including but not limited to, the insolvency of a framework supplier or termination of a framework contract for one of the other lots, NR may award further works (i.e. works with a value beyond 450 000 000 GBP) to the Lot 2 supplier, provided that the total framework value of 1 900 000 000 GBP is not exceeded.
II.2.5)Award criteriaQuality criterion - Name: Safety / Weighting: 10 %
Quality criterion - Name: Sustainability / Weighting: 5 %
Quality criterion - Name: Technical / Weighting: 25 %
Quality criterion - Name: Resource / Weighting: 15 %
Quality criterion - Name: Collaboration / Weighting: 15 %
Cost criterion - Name: Uplift model / Weighting: 10 %
Cost criterion - Name: Schedule of rates / Weighting: 2 %
Cost criterion - Name: Overhead and profit / Weighting: 4 %
Cost criterion - Name: Efficiency / Weighting: 4 %
Cost criterion - Name: Pricing exercises / Weighting: 10 %
II.2.11)Information about optionsOptions: yes
Description of options:
Each workbank shall be reviewed at least annually or more frequently if required. During the term of the framework, network rail may amend the workbank for each lot by adding or removing works of a similar size, type and complexity to those set out in the initial indicative workbank for the particular lot. Each framework contract shall contain provision for the re-opening of competition between the framework suppliers in respect of contracts within the scope of this framework which are not allocated to a workbank.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
There is the possibility of EU funded projects through the life of the Framework with none in current contemplation.
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)45213320 Construction work for buildings relating to railway transport
45213321 Railway station construction work
45220000 Engineering works and construction works
45221000 Construction work for bridges and tunnels, shafts and subways
45221100 Construction work for bridges
45221112 Railway bridge construction work
45221113 Footbridge construction work
45221114 Construction work for iron bridges
45221115 Construction work for steel bridges
45221119 Bridge renewal construction work
45221122 Railway viaduct construction work
45221213 Covered or partially-covered railway excavations
45221220 Culverts
45221242 Railway tunnel construction work
45221248 Tunnel linings construction work
45234100 Railway construction works
45234112 Railway depot construction work
45234114 Railway embankment construction work
45234115 Railway signalling works
45234129 Urban railway track construction works
45234140 Level crossing construction works
45243500 Sea defences construction work
45246410 Flood-defences maintenance works
71000000 Architectural, construction, engineering and inspection services
71320000 Engineering design services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
Lot 3 has a focus on structures works predominantly across the LNE and EM Routes with a requirement to deliver enhancements and buildings. Tenderers must be able to deliver the required work types across the whole of the territory described in the procurement documents and in addition must be able to be capable of delivering specific schemes in the Scotland region. Lot 3 has an initial indicative value over the effective life of the framework of One Hundred and Ninety Million pounds (190 000 000 GBP). The maximum value of works which may be awarded to the Lot Three Supplier is 500 000 000 GBP. In exceptional circumstances, including but not limited to, the insolvency of a framework supplier or termination of a framework contract for one of the other lots, NR may award further works (i.e. works with a value beyond 500 000 000 GBP) to the Lot 3 supplier, provided that the total framework value of 1 900 000 000 GBP billion is not exceeded.
II.2.5)Award criteriaQuality criterion - Name: Safety / Weighting: 10 %
Quality criterion - Name: Sustainability / Weighting: 5 %
Quality criterion - Name: Technical / Weighting: 25 %
Quality criterion - Name: Resource / Weighting: 15 %
Quality criterion - Name: Collaboration / Weighting: 15 %
Cost criterion - Name: Uplift model / Weighting: 10 %
Cost criterion - Name: Schedule of rates / Weighting: 2 %
Cost criterion - Name: Overhead and profit / Weighting: 4 %
Cost criterion - Name: Efficiency / Weighting: 4 %
Cost criterion - Name: Pricing exercises / Weighting: 10 %
II.2.11)Information about optionsOptions: yes
Description of options:
Each workbank shall be reviewed at least annually or more frequently if required. During the term of the framework, network rail may amend the workbank for each lot by adding or removing works of a similar size, type and complexity to those set out in the initial indicative workbank for the particular lot. Each framework contract shall contain provision for the re-opening of competition between the framework suppliers in respect of contracts within the scope of this framework which are not allocated to a workbank.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
There is the possibility of EU funded projects through the life of the Framework with none in current contemplation.
II.2.14)Additional information