Network Rail Project Delivery Services Framework 2018
6 Lots. Building Services – Lot No: 1. Structural Design – Lot No: 2.
United Kingdom-London: Building services
2018/S 168-383455
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
1 Eversholt Street
London
NW1 2DN
United Kingdom
Telephone: +44 1908781000
E-mail: Lisa.James@networkrail.co.uk
NUTS code: UK
Address of the buyer profile: https://www.networkrail.co.uk/
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Project Delivery Services Framework 2018
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Provision of Professional services for building services, Project management, Architect services, Structural design, Cost consultancy.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Building Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Nationwide
II.2.4)Description of the procurement:
Building services engineering fully responsible for the design, installation, operation and monitoring of the technical services in buildings including Mechanical electrical and public health systems, also known as MEP HVAC Fully responsible Technical design and review of Multi-disciplined building services projects management and delivery of Multi-disciplined building services projects in line with NWR GRIP Stages Full HSE legislation compliance.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend 1 + 1 + 1.
II.2.9)Information about the limits on the number of candidates to be invited
Top 20 scores based on qualification, technical criteria.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Structural Design
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Nationwide
II.2.4)Description of the procurement:
Structural design services responsible for the development of building structural design from concept stage throughout a project lifecycle in accordance with NR GRIP process and project brief. Also responsible for the development and integration of any associated civil engineering design and non-civil engineering design relating to the development of a building structural design, coordinating with other discipline design (i.e. Building services) to meet client/project brief. Provision of professional engineering services (technical advice, feasibility studies, design assurance, site supervision etc.) to support in the development and implementation of structural designs in accordance to NR GRIP process Lot 3.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 1+1+1
II.2.9)Information about the limits on the number of candidates to be invited
Top 20 scores using qualification, technical criteria.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Project Management Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Nationwide
II.2.4)Description of the procurement:
— Developing and implementing a management plan for the project life cycle,
— Leading and motivating the project delivery team,
— Managing the risks, issues and changes on the project,
— Monitoring progress against plan,
— Managing the project budget,
— Maintaining communications with stakeholders and the project organisation.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 1+1+1
II.2.9)Information about the limits on the number of candidates to be invited
Top 20 scores using qualification, technical criteria.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Cost Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Nationwide
II.2.4)Description of the procurement:
— Quantity Surveying,
— Life cycle costing,
— Cost planning,
— Procurement and tendering,
— Contract administration,
— Commercial management.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 1+1+1
II.2.9)Information about the limits on the number of candidates to be invited
Top 20 scores using qualification, technical criteria
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Architects (General Works)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Nationwide
II.2.4)Description of the procurement:
Architectural services (Smaller scale services) < 100 000 GBP on Network Rail owned property including stations, development sites, railway arches for retail, office and commercial use.
Generally to include all architectural services including but not limited to:
— Architect; BIM Co-ordinator; BIM Information Manager Lead Designer; and, Principal Designer.
— Conservation Architect; Heritage, Counter Terrorism Advice / Design;
— Environmental Services Advisor (Including Buildings, Land, Water, Seascape, Ecology, Biodiversity, Air, Light, Noise, Vibration, Waste and Water Management, Energy and Energy Management);
— Interior Designer; Landscape Architect; Migration Planner and Manager; Risk Advisor; Space Planning Services Town Planning Consultant; and, Technical Author.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 1+1+1
II.2.9)Information about the limits on the number of candidates to be invited
Top 20 scores using qualification, technical criteria
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Architects (Projects)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Nationwide
II.2.4)Description of the procurement:
Architectural services (Med to larger scale requirements) > 100 000 GBP on Network Rail owned property including stations, development sites, railway arches for retail, office and commercial use.
Generally to include all architectural services including but not limited to:
— Architect; BIM Co-ordinator; BIM Information Manager Lead Designer; and, Principal Designer,
— Conservation Architect; Heritage, Counter Terrorism Advice / Design,
— Environmental Services Advisor (Including Buildings, Land, Water, Seascape, Ecology, Biodiversity, Air, Light, Noise, Vibration, Waste and Water Management, Energy and Energy Management),
— Interior Designer; Landscape Architect; Migration Planner and Manager; Risk Advisor; Space Planning Services Town Planning Consultant; and, Technical Author,
— Master Planning, Town Planning and other similar larger scheme capabilities,
— Integrated Transport planning consultant architects.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 1+1+1
II.2.9)Information about the limits on the number of candidates to be invited
Top 20 scores using qualification, technical criteria.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
To be detailed in the OJEU documentation where required.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
As detailed in OJEU documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
Strand
London
United Kingdom
VI.5)Date of dispatch of this notice: