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: Sam Allsop
Ffôn: +44 1908781000
E-bost: Sam.Allsop@networkrail.co.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.networkrail.co.uk/
I.6) Prif weithgaredd
Gwasanaethau rheilffyrdd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Network Rail North West & Central Region CP7 Frameworks: Framework Category A
II.1.2) Prif god CPV
45000000
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
Network Rail has put in place a number of frameworks for Control Period 7 (CP7) for the delivery of capital works in the North West & Central Region. These frameworks are divided into categories and separate Contract Award Notices relate to each of them. This Contract Award Notice relates to Framework Category A.
CP7 covers the 5 year period from 1st April 2024 to 31st March 2029.
The Category A Frameworks cover the North West & Central Region which is formed of 3 routes, North West, Central and West Coast South.
Framework Category A
This category relates to the design and build of “large projects” and includes two separate lots for projects with a value of £7to £200m (Lot A1) and £7m to £50m (Lot A2). Both lots cover the full North West and Central Region.
The scope of works and services proposed to be delivered under Framework Category A is multi-disciplinary across the following three disciplines:
Civil Engineering, which includes but is not limited to;
• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.
Buildings, which includes but is not limited to;
• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.
Railway Engineering, which includes but is not limited to;
• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.
The scope of the works for the three disciplines includes:
• Feasibility
• Survey, investigation, and reporting
• Option selection (involving outline methodology)
• Outline and detailed design (including temporary works)
• Implementation (including demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed, third party access agreements
The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 490 000 000.00 GBP
II.2) Disgrifiad
Rhif y Lot Lot A1
II.2.1) Teitl
Lot A1 – Regional Multi-discipline £7m - £200m Projects
II.2.2) Cod(au) CPV ychwanegol
34632300
45100000
45210000
45213320
45213321
45221112
45221122
45221242
45234000
45234100
45234114
45234115
45234116
45315400
45315600
50225000
51100000
71311230
71320000
71322000
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
Network Rail’s North West & Central Region (comprising the North West Route, Central Route and West Coast South Route). More information can be found here: https://www.networkrail.co.uk/running-the-ra
II.2.4) Disgrifiad o’r caffaeliad
Network Rail has appointed two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between £7m and £200m.
The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines:
Civil Engineering, which includes but is not limited to;
• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.
Buildings, which includes but is not limited to;
• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.
Railway Engineering, which includes but is not limited to;
• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.
The scope of the works for the three disciplines includes:
• Feasibility
• Survey, investigation, and reporting
• Option selection (involving outline methodology)
• Outline and detailed design (including temporary works)
• Implementation (including demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed, third party access agreements
The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The initial term of the framework will be 5 years (following a 1 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 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
Rhif y Lot Lot A2
II.2.1) Teitl
Lot A2 – Multi-discipline £7m – £50m projects
II.2.2) Cod(au) CPV ychwanegol
34632300
45100000
45210000
45213320
45213321
45221112
45221122
45221242
45234000
45234100
45234114
45234115
45234116
45315400
45315600
50225000
51100000
71311230
71320000
71322000
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
Network Rail’s North West & Central Region (comprising the North West Route, Central Route and West Coast South Route). More information can be found here: https://www.networkrail.co.uk/running-the-ra
II.2.4) Disgrifiad o’r caffaeliad
Network Rail has appointed two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between £7m and £50m.
The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines:
Civil Engineering, which includes but is not limited to;
• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.
Buildings, which includes but is not limited to;
• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.
Railway Engineering, which includes but is not limited to;
• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.
The scope of the works for the three disciplines includes:
• Feasibility
• Survey, investigation, and reporting
• Option selection (involving outline methodology)
• Outline and detailed design (including temporary works)
• Implementation (including demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed, third party access agreements
The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.
Two Suppliers have been awarded a framework agreement for Lot A2 covering the Region. Network Rail intends to allocate works to the relevant supplier using a direct award process on a ‘next in line’ allocation as set out in the framework agreement. The two framework suppliers will be allocated projects with an anticipated final cost between £7m and £50m on a rotational basis, along with the two Lot A1 framework suppliers (see above description for Lot A1)
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The initial term of the framework will be 5 years (following a 1 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 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
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:
2023/S 000-017316
Section V: Dyfarnu contract
Rhif y Lot: Lot A1
Teitl: Lot A1 – Regional Multi-discipline £7m - £200m Projects
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
19/03/2024
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 5
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Skanska Construction (UK) Limited
Hercules Way, Leavesden, Watford, United Kingdom, WD25 7G
Watford
UK
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: Lot A1
Teitl: Lot A1 – Regional Multi-discipline £7m - £200m Projects
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
12/03/2024
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 5
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Kier Infrastructure & Overseas Limited
2nd Floor Optimum House, Clippers Quay, Salford, England, M50 3XP
Salford
UK
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: Lot A2
Teitl: Lot A2 – Multi-discipline £7m – £50m projects
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
12/03/2024
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 8
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Octavius Infrastructure Limited
4th Floor, 45 London Road, Reigate, Surrey, RH2 9PY
Surrey
UK
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: Lot A2
Teitl: Lot A2 – Multi-discipline £7m – £50m projects
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
12/03/2024
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 8
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Story Contracting Limited
Burgh Road Industrial Estate, Carlisle, Cumbria, CA2 7NA
Carlisle
UK
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
The estimated value at II.1.7 relates to the full duration of the agreement, including the mobilisation period (1 month), initial term (60 months) and renewal options (24 months).
The estimated total value at section II.1.7 is based on Network Rail’s current forecast of future spend under the frameworks. It should be noted, however, that these values are Network Rail’s best estimate based on currently available information, and in particular that
any third party spend is not certain at this stage. The final value of the frameworks may therefore be higher or lower.
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.4.4) 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
26/03/2024