Hysbysiad dyfarnu contract – cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
UK
Person cyswllt: Claire Smales via nprprocurementteam@networkrail.co.uk
Ffôn: +44 7515627735
E-bost: nprprocurementteam@networkrail.co.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.networkrail.com
I.6) Prif weithgaredd
Gwasanaethau rheilffyrdd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Development & Design Partnership Framework (NPR/IRP including Eastern Region)
II.1.2) Prif god CPV
71322000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Network Rail Infrastructure Ltd (NR) sought four suppliers to appoint to the Development and Design Partnership Framework (DDPF) to provide services and works (enabling works and intrusive surveys) for Northern Powerhouse Rail (NPR), the Integrated Rail Plan (IRP), Network North (NN) and the Eastern Region.
The geographic scope of the DDPF is the area covered by the Eastern Region (https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/), as well as the routes encompassed by IRP, NN, NPR in North-West & Central.
The scope of the framework covers the provision of professional development, design, technical, and all the services to deliver Engineering Stage (ES) 1 to 5 for the DDPF. Any programme allocated to framework suppliers will be instructed to proceed through the following ES only: ES1 (Requirements defined and baselined), ES2 (Constraints identified and project feasibility confirmed), ES3 (Minimum Viable Product single option identified and endorsed), ES4 (Approval in Principle), and ES5 (Construction ready design approved and requirements validated).
The initial term of the DDPF is 5 years with an option to extend the framework by yearly increments up to a further 3 years.
The value of the framework is an estimate only, and as such, the framework value and associated workbank is not guaranteed. The workbank allocated through the framework will be subject to our client's, the Department for Transport, instruction and funding.
The DDPF's commercial model contains an incentivisation mechanism based on a weighted scorecard driven by key performance indicators. This mechanism is driven by the DDPF's Critical Success Factors, which were described in the procurement documents. The mechanism will provide a series of commercial opportunities to high-performing suppliers including advancement into further Engineering Stages for incumbent suppliers and the allocation of new programmes based on a competitive performance leaderboard.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Cynnig isaf: / Y cynnig uchaf:
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
45213300
45220000
63711000
71000000
71300000
71320000
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
Eastern Region and routes covered by Northern Powerhouse Rail, Integrated Rail Plan, and Network North
II.2.4) Disgrifiad o’r caffaeliad
The scope of the framework covers the provision of professional development, design, technical, and all the services to deliver Engineering Stage (ES) 1 to 5 for the DDPF. The scope of development and design services for each commission called-off from the framework will be multi-disciplinary and may comprise: Buildings & Architecture, Civils & Structural, Consents & Environment, Constructability, Cost Planning, Electrification and Plant, Geotechnical, Signalling/Train Control, Surveys (including ground investigations), Systems Engineering, Telecoms, and Track. The framework suppliers will only be allocated schemes that require advancing through Engineering Stages 1 to 5 as referenced earlier in this notice.
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 3 years.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
The framework value is for guidance only and is based on the projected spend for the potential maximum 8-year framework duration.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
negodi gyda galwad am gystadleuaeth
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-017426
Section V: Dyfarnu contract
Rhif y Lot: N/A
Teitl: Development and Design Partnership Framework (NPR/IRP including Eastern Region Projects)
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
06/03/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 7
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Amey OWR Limited
Chancery Exchange, 10 Furnival Street
London
UK
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
An unincorporated joint venture between AtkinsRéalis UK Limited and Arcadis Consulting (UK) Limited
Epsom and London
UK
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
An unincorporated joint venture between Mott MacDonald Limited and WSP UK Limited
London
UK
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
An unincorporated joint venture between SYSTRA Limited and Ove Arup & Partners Limited
London
UK
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 300 000 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court of England and Wales Royal Courts of Justice
Strand
London
WC1A 2LL
UK
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
High Court of England and Wales Royal Courts of Justice
Strand
London
WC1A 2LL
UK
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
Cabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
26/03/2025