Hysbysiad dyfarnu contract – cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Network Rail Infrastructure Ltd
02904587
1 Eversholt Street
London
NW1 2DN
UK
Person cyswllt: Lee Ratcliffe
Ffôn: +44 7540970807
E-bost: IPSFramework@networkrail.co.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.networkrail.co.uk
Cyfeiriad proffil y prynwr: www.networkrail.co.uk
I.6) Prif weithgaredd
Gwasanaethau rheilffyrdd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
CP6 IP Southern Multi-Discipline (SMD) Framework
II.1.2) Prif god CPV
45234100
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
Network Rail has carried out a procurement exercise to establish a framework for the management and delivery of multi-disciplinary works across Anglia, Southeast and Wessex routes. The framework will cover works to all categories of railway assets including enhancements and renewals comprising: building and civils, electrification, power, signalling, telecommunications and track works. The scope of the framework also includes design works.
These works will be undertaken primarily on Anglia, Southeast and Wessex routes; however the framework is available for use by other Network Rail regions across the UK Rail Network.
Network Rail has appointed three framework Contractors, one to each of the 3 routes.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 7 000 000 000.00 GBP
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
45000000
45200000
45213000
45234000
71300000
71320000
71500000
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
Anglia, Southeast and Wessex Routes
II.2.4) Disgrifiad o’r caffaeliad
Management and delivery of multi-disciplinary works through a Framework Agreement covering all categories of railway assets including both enhancements and renewals and comprising: building and civils, electrification, power, signalling, telecommunications and track works.
Each of the 3 Framework Agreements have an initial duration of 5 years with a right for Network Rail to extend for up to 3 years (3 x 12 month periods). The initial period will cover works envisaged to take place from Year 1 onwards of Control Period 6 (CP6) and therefore from April 2019 — 2024. The options to extend for Years 1, 2 and 3 of Control Period 7 (CP7) will be subject to funding approval at the time.
II.2.5) Meini prawf dyfarnu
Price
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Each of the 3 Framework Agreements have an initial duration of 5 years with a right for Network Rail to extend for up to 3 years (3 x 12 month periods). The initial period will cover works envisaged to take place from Year 1 onwards of Control Period 6 (CP6) and therefore from April 2019 — 2024. The options to extend for Years 1, 2 and 3 of Control Period 7 (CP7) will be subject to funding approval at the time.
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:
Ydy
II.2.14) Gwybodaeth ychwanegol
As this framework will cover both renewal and enhancement works, there is potential that certain projects called off under this framework maybe, either in full or in part, funded by the European Union.
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:
2018/S 030-066117
Section V: Dyfarnu contract
Rhif y Lot: N/A
Rhif Contract: 1
Teitl: Anglia
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
19/12/2018
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 7
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 7
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
J Murphy and Sons Ltd
00492042
Hiview House, Highgate Road
London
NW5 1TN
UK
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: N/A
Rhif Contract: 2
Teitl: Southeast
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
19/12/2018
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 7
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 7
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Bam Nuttall Ltd
305189
St James House, Knoll Road
Camberley
GU15 3XW
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: 7 000 000 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: N/A
Rhif Contract: 3
Teitl: Wessex
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
19/12/2018
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 7
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 7
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Geoffrey Osborne Ltd
00873093
Fonteyn House, 47-49 London Road
Reigate
RH2 9PY
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: 7 000 000 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
This procurement related to the appointment of a single framework provider for each of the three routes – Anglia, Southeast and Wessex (which form Network Rail's Southern region). The procurement was not divided into lots and the routes have been allocated to the three highest scoring tenderers based on tenderer preferences (as relevant, where a tenderer tendered for more than one route), starting with the preference specified by the highest scoring tenderer.
The call-off process under each framework provides that, in certain circumstances, one route contractor may be required to carry out work in another route and/or participate in mini-competitions with the other two route contractors to be awarded work. In addition, the call-off process under the framework also provides that in certain circumstances, other Network Rail regions may use one or more of the framework contractors to award renewals and enhancement works.
The value stated in Section II.1.7 is the estimated overall value of the framework (across the three routes) covering the initial period and assuming the options to extend are exercised. Whilst Network Rail retains some understanding of the value of the renewals portfolio, due to the way enhancement schemes are funded, the value of enhancements is purely indicative and subject to change. For the purposes of assessing the overall value across the 3 route frameworks, Network Rail assumed that 100 % of the Enhancement schemes for CP6, known at the time of publication of the OJEU Contract Notice, would be progressed. In addition, the volume of work within CP7 is unknown and therefore Network Rail based the value of the three x 12 months extensions upon CP6 estimates at the time of publication of the OJEU contract notice. Recognising these constraints, the estimated total value of the framework (across the three routes) may be in the region of 2 000 000 000 — 7 000 000 000 GBP but given the uncertainty over volumes and funding commitments, the overall value across the 3 routes may vary and therefore may be higher or lower than this range.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
The High Court
London
WC2A 1AA
UK
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
The High Court
London
WC2A 1AA
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Network Rail incorporated a minimum 10 calendar day standstill period prior to entering into these Framework Agreements.
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
The High Court
London
WC2A 1AA
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
08/01/2019