Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 236-430362/EN)
Nature of contract: Public works contract
Procedure: Negotiated procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Works
Directive 2014/25/EU
Section I: Contracting entity
I.1) Name and addresses
Official name: Network Rail Infrastructure Limited
Postal address: Milford House, 1 Milford Street, Wiltshire
Town: Swindon
Postal code: SN1 1DW
Country: United Kingdom
Contact Person: Neil Paterson
Email: IPSignallingCCES1westSignallingPQQmailbox@networkrail.co.uk
Nuts code: UK
Internet address(es):
Main address: www.networkrail.co.uk
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
I.6) Main activity:
Railway services
Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: West Section — Phase 1 Cornwall Capacity Enhancement Scheme (CCES).
II.1.2) Main CPV code: 45234115
II.1.3) Type of contract: Works
II.1.4) Short Description:
The Cornwall Capacity Enhancement Scheme (Phases 1 and 2) incorporates the upgrade and re-control of signalling from local control points at Plymouth Panel plus nine mechanical signal boxes throughout Cornwall and increases the capacity of service between Penzance and Plymouth.
The scope of this Project is specifically for Phase 1 covering the ‘West’ section only comprising Guide to Rail Investment Projects (GRIP) stages 4b-8 covering the design, construction, delivery and commissioning of:
— additional capacity of service between Par signal box and Penzance;
— circa 12 new intermediate block signals;
— 6 Miniature Stop Lights Crossings (MSLs) & 1 Manually Controlled Barrier with Obstacle Detection (MCB-OD); and
— associated signalling works.
II.1.5) Estimated total value
Value excluding VAT: 12000000.00 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots:no
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 45234140
Main CPV code: 45316200
Main CPV code: 71311230
Main CPV code: 71310000
Main CPV code: 34632100
Main CPV code: 34632200
Main CPV code: 34632300
Main CPV code: 34942000
Main CPV code: 71334000
Main CPV code: 71320000
II.2.3) Place of performance
Nuts code: UK, UKK3 Main site or place of performance:
The scope of the Project is for Phase 1 (West Section) — Cornwall Capacity Enhancement Scheme (CCES) GRIP 4b — 8 Design & Construct Contract ONLY — Location is between Par Signal Box to Penzance.
II.2.4) Description of the procurement:
CCES Scheme Overview:
The principal driver for the CCES scheme (of which the works which are the subject of this Notice form a part) is to provide Cornwall County Council with a half-hourly local service from Plymouth to Penzance.
The scheme will be delivered in two phases — Phase 1 and Phase 2.
— Phase 1 is to provide Cornwall County Council with a half hourly local service between Plymouth and Penzance by December 2018.
— Phase 2 is to renew life expired signalling assets and in addition realise operating cost savings with the closure of ten signal box locations.
Phase 1 will be divided into two Sections namely East and West with the dividing line at Par Signal Box.
Project Description:
This Project, and therefore the scope of this Notice, is for the West Section — Phase 1 CCES Contract GRIP 4b — 8 Design, Construct and Commission ONLY — from Par Signal Box to Penzance, which supports the introduction of the new timetable in December 2018.
The overall scope of the Cornwall Capacity Enabling Scheme Phase 1 (West) covers the line of route currently controlled by Truro Signal Box: Par Signal Box to Penzance, within the mileage limits described below.
Engineering Line References & Mileages:
MLN3 300mi 57ch to 305mi 65ch
MLN4 305mi 67ch to 320mi 67ch
Maintenance Units:
Par Maintenance S & T / PWAY Depot
Further details on the technical scope and specific contract requirements are set out in the procurement documents provided.
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: 12000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months:21
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number:4
/ Maximum number:6
Objective criteria for choosing the limited number of candidates:Network Rail intents to invite 4 highest scoring candidates to tender. However it reserves the right to invite the 5th and 6th placed candidates where the scores achieved are within 5 % of the 4th placed candidate.
II.2.10) Information about variants
Variants will be accepted:no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:Funding for the project is being provided by Ten-T funds.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
List and brief description of selection criteria:
Candidates are required to complete and submit a pre-qualification questionnaire (PQQ) by the deadline stated in IV.2.2 in order to express an interest in this opportunity.
List and brief description of selection criteria:Candidates are required to complete and submit a PQQ by the deadline stated in IV.2.2 in order to express an interest in this opportunity.
III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:Candidates are required to complete and submit a PQQ by the deadline stated in IV.2.2 in order to express an interest in this opportunity.
Further details are set out in the procurement documentation.
III.1.6) Deposits and guarantees required:
Network Rail reserves the right to require a Parent Company Guarantee (PCG) prior to contract award.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment provisions are set out in the draft contract provided as part of 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:
Groups of economic operators may participate in this procurement. Network Rail may require a group of economic operators to assume a specific legal form if they have been awarded the contract, to the extent that Network Rail considers this is necessary for the satisfactory performance of the contract. Candidates are also referred to the requirements of regulation 79 of the Utilities Contracts Regulations 2016 / Article 79 of Directive 2014/25/EU of the European Parliament and of the Council which sets requirements where a candidate (whether a single economic operator or group of economic operators) wishes to rely on the capacities of other entities in order to meet the selection criteria. In particular, where an economic operator relies on the capacities of other entities with regard to criteria relating to economic and financial standing, Network Rail may require that the economic operator and those entities be jointly liable for the execution of the contract (if successful). Further details are set out in the PQQ.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Negotiated procedure with prior call for competition
IV.1.4) Information about the 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: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:2017-01-09 Local time:12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:2017-01-24
IV.2.4) Languages in which tenders or requests to participate may be submitted: EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:no
IV.2) Information about electronic workflows
VI.3) Additional information:Interested parties should note and be aware of the following additional information:
In order to express an interest and request to participate in this project, candidates are required to complete and submit a PQQ response by the deadline stated in section IV.2.2.
Network Rail has made the procurement documents available on an NR SharePoint site. The following link refers:
Any of the procurement documents can be downloaded and documents can be uploaded through the above link.
Candidates are required to create a user log in and password when they first visit the SharePoint site.
The value range of the project is estimated at between approximately 5 000 000 GBP to 12 000 000 GBP, although at this stage, this is just an estimate. The figure stated in sections II.1.5 and II.2.6 is the maximum value of this estimated value range.
The project duration, as stated in section II2.7 is an estimate only based on current information available and the intended timetable change of December 2018.
Network Rail reserves the right to abandon or amend this procurement, to not award a contract and/or to award in part only without any liability to any economic operator or otherwise. Each economic operator that participates in this competition does so at its own cost and risk and Network Rail will have no liability to any economic operator for its bid costs or otherwise.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The High Court
Postal address: The Strand
Town: London
Postal code: WC2A 1AA
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:Network Rail will incorporate a minimum 10 calendar day standstill period after notification of the outcome of the tender assessment to the economic operators who submitted a tender. Until expiration of such period Network Rail will not enter into a contract under this procurement.
VI.5) Date of dispatch of this notice:
2016-12-06