海角社区app

Construction Tenders

Sat September 21 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 2

Status Active

Published 14th Sep 2024

Tender Details
Referenceocds-h6vhtk-047c85
Common Procurement VocabularyConstruction project management services
Procurement MethodNegotiated procedure with prior call for competition
Value£20,000,000
« Previous Page

United Kingdom

Category Services

Type

No. of Lots 2

Status Active

Published 14th Sep 2024

Tender Details
Referenceocds-h6vhtk-047c85
Common Procurement VocabularyConstruction project management services
Procurement MethodNegotiated procedure with prior call for competition
Value£20,000,000

Section I: Contracting entity

I.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Contact

Sarabjit Lota

Email

Sarabjit.Lota [at] networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

2904587

Internet address(es)

Main address

Buyer's address

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

I.6) Main activity

Railway services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

W&W CP7 Contract Management Services Framework

Reference number

BravoNR 39870

II.1.2) Main CPV code

  • 71541000 - Construction project management services

II.1.3) Type of contract

Services

II.1.4) Short description

Network Rail Wales & Western region is seeking to procure a new framework which replaces its existing commercial services framework.

The new Contract Management Services framework is proposed to operate with 2 suppliers, one for each lot as outlined below.

Lot 1 Portfolio Supplier would cover multi-discipline professional services for all aspects of pre & post commercial, project management, programme controls, planning, and risk disciplines.

Lot 2 Specialist Supplier would cover professional services for, but not limited to, claims management, forensic investigation & analysis, and auditing scopes. Small Medium Enterprises (SME) are preferred for this Lot.

The new framework will be run for an initial three year period, it may be extended further by 2 x 1 year increments.

The new framework is anticipated to go live by 1st May 2025 (unless otherwise stated) and will be a zero value commitment framework.

Candidates cannot apply for both Lots; Candidates may apply for one lot only.

II.1.5) Estimated total value

Value excluding VAT: 拢20,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 - General (Portfolio)

Lot 2 - Specialist

Refer to the Instructions to Participants document issued as part of the tender.

II.2) Description

II.2.1) Title

Contract Management Services - Portfolio

Lot No

1

II.2.2) Additional CPV code(s)

  • 79410000 - Business and management consultancy services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Lot 1 Portfolio Supplier would cover multi-discipline services for all aspects of pre & post commercial, project management, programme controls, planning, and risk disciplines.

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: 拢15,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Upon completion of the 36 months, Network Rail has the option to extend the framework further by a total of 24 months at 12 months at a time.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Upon completion of the 36 months, Network Rail has the option to extend the framework further by a total of 24 months at 12 months at a time.

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.2.14) Additional information

Any values stated are only indicative and does not confirm any commitment by Network Rail.

From time to time the Supplier may be required to work on associated discipline matters as directed by the Client representative.

II.2) Description

II.2.1) Title

Contract Management Services - Specialist Claims

Lot No

2

II.2.2) Additional CPV code(s)

  • 79410000 - Business and management consultancy services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Lot 2 Specialist Supplier would cover, but not limited to, claims management, forensic

investigation & analysis, and auditing scopes.

Small Medium Enterprises (SME) are preferred for this Lot.

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: 拢5,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Upon completion of the 36 months, Network Rail has the option to extend the framework further by a total of 24 months at 12 months at a time.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Upon completion of the 36 months, Network Rail has the option to extend the framework further by a total of 24 months at 12 months at a time.

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.2.14) Additional information

Any values stated are only indicative and does not confirm any commitment by Network Rail.

From time to time the Supplier may be required to work on associated discipline matters as directed by the Client representative.


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

Stated in the Procurement documents.

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

III.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As stated in the Procurement documents.

III.1.6) Deposits and guarantees required

Parent Company Guarantee or Ultimate Holding Parent Company Guarantee.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As stated in the Procurement documents.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

As stated in the Procurement documents.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the Procurement documents.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

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 several operators

Envisaged maximum number of participants to the framework agreement: 8

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-021198

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

Date

30 September 2024

Local time

11:59pm

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

25 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: 6 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Conditions of Contract are NR27 NEC4 Professional Service Short Framework and may be subject to change during the life of the framework.

VI.4) Procedures for review

VI.4.1) Review body

Network Rail Infrastructure Ltd

1 Holbrook Way, Western House,

Swindon

SN1 1BD

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

High Court of England & Wales Royal Courts of Justice

Strand

London

WC1A2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

Network Rail will observe a standstill period following the conclusion of the procurement for this new framework. Network Rail shall conduct itself in accordance with the Utilities

Contracts Regulations 2016 in respect of any appeals.

VI.4.4) Service from which information about the review procedure may be obtained

Network Rail Infrastructure Ltd

1 Holbrook Way, Western House

Swindon

SN1 1BD

Country

United Kingdom