LNE Programme Alliance – Network Rail
Network Rail Infrastructure Limited is using an Alliance to procure a series of Projects relating to the UK Railway Infrastructure Network. The multidisciplinary programme of works will have an output of achieving capacity, journey time and interchange improvements, and enhancing or maintaining the reliability of the railway asset within the UK.
United Kingdom-York: Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
2013/S 216-376594
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Network Rail Infrastructure Limited
Northern House, Rougier Street
Contact point(s): Infrastructure Projects, Scotland & North East
For the attention of: Christopher Pybus
YO1 6HZ York
UNITED KINGDOM
Telephone: +44 1904389639
E-mail: chris.pybus@networkrail.co.uk
Internet address(es):
General address of the contracting entity: www.networkrail.co.uk
Address of the buyer profile: www.networkrail.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
Railway services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
LNE Programme Alliance.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Network Rail Infrastructure Limited is using an Alliance to procure a series of Projects relating to the UK Railway Infrastructure Network. The multidisciplinary programme of works will have an output of achieving capacity, journey time and interchange improvements, and enhancing or maintaining the reliability of the railway asset within the UK, predominantly in the London North East and East Midlands area.
II.1.6)Common procurement vocabulary (CPV)
45230000, 45230000, 45234116, 45234113, 45200000, 45223000, 45234115, 31620000, 34942000, 34942200, 45316000, 45316200, 45232210, 31210000, 31220000, 31230000, 31320000, 31350000, 31682400, 31200000, 34632200, 45213321, 45221112, 51100000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Network Rail Infrastructure Limited wishes to provide an opportunity, under this call for competition, for economic operators to express an interest for an initial period of 5 years (covering the Control Period (“CP”) 5 (2014 – 2019) and Network Rail reserves the right to extend the contract for up to a further 6 years to cover CP 6 (2019 – 2024) and the early part of CP 7 (2025). The objective of the Alliance is to define and deliver a series of rolling Projects, producing optimal results for all Alliance Members as measured by safety, performance, value for money, enhanced financial returns and betterments of the Programme. Alliance Members will be desirous that the Works are performed in the spirit of co-operation and co-operative behaviour utilising the strengths of the Alliance Members. The Alliance will have an output of achieving capacity, journey time and interchange improvements, and enhancing or maintaining the reliability of the railway asset within the UK, predominantly in the London North East and East Midlands area. Network Rail intends to procure the Alliance in the form of an Alliance Agreement under which Network Rail will act as the Client and an Alliance Member in the Alliance. The Projects will be of a multi-disciplinary nature with the following four predominant disciplines of; Systems (Signalling & Communications), Railway Infrastructure (Track), Construction (Civils, Structural & Building and Non Rail environment) and Power and Distribution (Electrical, Plant, Mechanical and Overhead Line) . Network Rail is undertaking a separate tender for a Lead Design Organisation (LDO) for the LNE Programme Alliance. The LDO supplier will also be required to enter into the Alliance Agreement with the other contractors selected pursuant to this procurement. An Alliance will therefore be formed between all successful contractors, the LDO (Supplier) and Network Rail (as Alliance Member). The initial scope of projects to be awarded under the LNE Programme Alliance is anticipated to be in the region of £240 million but it is anticipated that future works may increase the funding up to £1.24 billion. Subsequent projects will be approved by way of a programme board from time to time and the total value may substantially increase. Network Rail Infrastructure Limited asks, under this call for competition, for economic operators to express their interest in this opportunity by stating the predominant discipline (lot) or disciplines (lots), from the disciplines stated above, that they are capable of delivering.
Economic operators expressing an interest in more than one lot will be requested to provide a ranked order of preference. Contractors who are subsequently shortlisted for more than one discipline will be invited to tender for the highest ranked preference only.
Estimated value excluding VAT
Range: between 240 000 000 and 1 240 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Subject to satisfactory performance against predetermine criteria, Network Rail reserves the right to extend through Control Period 6 into the first year of Control Period 7 (2025).
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 132 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Systems Discipline
1)Short description:
This lot comprises the Systems discipline.
2)Common procurement vocabulary (CPV)
45234115, 31620000, 34942000, 34942200, 45316000, 45316200, 34632200
3)Quantity or scope:
The scope incorporates Signalling & Communications with all associated discipline works.
Estimated value excluding VAT
Range: between 52 800 000 and 272 800 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 132 (from the award of the contract)
Lot No: 2 Lot title: Railway Infrastructure Discipline
1)Short description:
This lot comprises the Railway Infrastructure discipline.
2)Common procurement vocabulary (CPV)
3)Quantity or scope:
The scope incorporates Track construction and demolition with all associated discipline works.
Estimated value excluding VAT
Range: between 88 800 000 and 458 800 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 132 (from the award of the contract)
Lot No: 3 Lot title: Construction Discipline
1)Short description:
This lot comprises the Construction discipline.
2)Common procurement vocabulary (CPV)
45230000, 45200000, 45223000, 45213321, 45221112
3)Quantity or scope:
The scope incorporates Civils, Structural & Building and Non Rail environment with all associated discipline works.
Estimated value excluding VAT
Range: between 62 400 000 and 322 400 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 132 (from the award of the contract)
Lot No: 4 Lot title: Power and Distribution Discipline
1)Short description:
This lot comprises the Power and Distribution Discipline
2)Common procurement vocabulary (CPV)
45232210, 31210000, 31220000, 31230000, 31320000, 31350000, 31682400, 31200000, 51100000
3)Quantity or scope:
The scope incorporates Electrical, Plant, Mechanical and Overhead Line with all associated discipline works.
Estimated value excluding VAT
Range: between 36 000 000 and 186 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 132 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company Guarantee may be required (if applicable). Advance Payment Guarantee may be required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The Client intends to pay each Contractor its Actual Cost on a four weekly basis, with the Contractor billing its Actual Cost incurred over this period of time to the Client. Further infromation will be provided in the Invitation to Tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Network Rail intends to use a form of the Alliance Agreement under which Network Rail will act as the Client and an Alliance Member in the Alliance. Economic operators should note that the Alliance Arrangement prevents the Contractor Alliance Members directly or via affiliates from entering into any form of sharing arrangements, joint venture, partnership or similar arrangement with any other Contractor Alliance Member (or its affiliates) in relation to the allocation of payments or of rights and liabilities under the Alliance Agreement. Alliance members will be required to accept joint and several liability. Details will be set out by Draft Documentation.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions:
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: A tender pre-qualification questionnaire setting out the requirements will be available from the email address set out in Section I.1. Interested Economic operators who believe that they satisfy the conditions for participation included in Section III.2 must inform Network Rail Infrastructure Limited that they wish to be considered for the programme, and subsequently complete and return the tender qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Economic operators annual turnover must be a minimum of 10 000 000 GBP (please also refer to the tender qualification questionnaire – see III.2.1 above).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Economic operators must have carried out contracts of a similar size and complexity (individually or collectively) for relevant disciplines (lots). Economic operators must possess ISO 9001 and 14001 accreditation or equivalent externally verified accreditation.(Please refer to the tender pre-qualification questionnaire – see III.2.1 above).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: ..
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
2.12.2013 – 13:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): It is anticipated that EU funding may apply to projects awarded under the LNE Programme Alliance in the future.
VI.3)Additional information:
Interested economic operators are required to complete a tender pre-qualification questionnaire (which is available from the email address in Section I.1) and which must be submitted before the deadline in Section IV.3.4.
The tender pre-qualification questionnaire will be issued to all interested parties via e-mail, complete with instructions and details of how to complete and return. We anticipate the invitation to tender to be issued via e-sourcing portal, full details to be provided following the tender pre-qualification questionnaire stage.
The contract duration advised within section II.3 and each subsequent lot as shown in Annex B is the maximum possible duration. All extensions will be subject to the option stated in section II.2.2.
Each lot has an estimated value range included, based on the current scope, using a pro rata up to the maximum value advised within II.2.1 – these values will be subject to change as the current scope and future works are agreed.
Network Rail reserves the right not to award a contract or contracts under this procurement process and to cancel the procurement at any time.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
The High Court
The Strand
WC2A 1AA London
UNITED KINGDOM
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Network Rail will incorporate a standstill period at the point that information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period will be for unsuccessful tenders to challenge the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:5.11.2013