Network Rail Eastern Routes Partnership Framework

A Utilities Contract Award Notice
by NETWORK RAIL INFRASTRUCTURE LTD

Source
Find a Tender
Type
Framework (Works)
Duration
not specified
Value
£64M-£1B
Sector
CONSTRUCTION
Published
06 Sep 2024
Delivery
not specified
Deadline
n/a

Concepts

Location

Eastern Region including all routes and areas where work will be delivered by the region

Geochart for 3 buyers and 16 suppliers

Description

Network Rail Infrastructure Ltd (NR) has sought Partners to appoint to the Eastern Routes Partnership (ERP) framework. The ERP is the main route to market for the Eastern Region to support the delivery of projects under NR's Strategic Business Plan (SBP), as well as other projects with a core technical discipline. The geographical scope of the ERP is the Eastern Region. (https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/). The initial term of the ERP is 5 years (plus a 2 month mobilisation) with an option to extend the ERP by yearly increments up to a further 5 years. The ERP comprises two levels: Generalist and Specialist. The process for allocating projects is set out at Section VI.3. NR has actively encouraged SMEs, new entrants and/or discipline experts to participate in the process for the Specialist level. For the Generalist level, NR has engaged suppliers able to take on projects with increased complexity/stakeholder management, which possess the ability to deliver the volumes required against the desired unit rates to deliver the SBP. The values for each Lot are estimates only, based on SBP budgets rather than delivery plan values. As such, they are not guaranteed and do not act as a minimum or maximum workbank value for the control period nor a guarantee as to volume split of work-type. A Partnership Agreement sits alongside the ERP and comprises NR and the Generalist contractors. Specialist contractors may join the Partnership if the ERP is extended beyond the initial 5 years. The core Partnership aims are to: a) create a collaborative environment; b) hold NR and all Partner-contractors to account; and c) undertake the efficiency challenge in delivering the ERP workbank safely. The ERP includes a pain-gain incentive mechanism, based on the difference between the Annual Actual Cost and the Annual Project Target cost. The Annual Project Target Costs are all derived from the Client’s budget. A Portfolio Incentivisation Fund will also be set up at a Partnership Level, distributing savings across Partner-contractors.

Lot Division

1 Lot 1A Generalist Buildings & Civils

The scope of work type to be delivered includes but not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works. Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works. Geotechnical works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track.

2 Lot 1B Specialist Structures

The scope of work type to be delivered is Primarily that of Structures and associated works but may also include and not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works. Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works. Could include Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track.

3 Lot 1C Specialist Geotechnical

The scope of work type to be delivered is Primarily that of Geotechnical and associated works but may also include and not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works. Optional Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works. Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track.

4 Lot 2A Generalist Signalling and Telecoms

The scope of work type to be delivered includes but not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signaling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works.

5 Lot 2B Specialist Signaling

The scope of work type to be delivered is Primarily that of Signaling and associated works but may also include and not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signaling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works.

6 Lot 2C Specialist Telecoms

The scope of work type to be delivered is Primarily that of Telecommunications and associated works but may also include and not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signalling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works.

7 Lot 3A Generalist Contact Systems

The scope of work type to be delivered includes but not limited to the following:- AC/DC contact systems works for: Structure renewal & refurbishment. Geotechnical assessment. Overhead Line Equipment (OLE) campaign changes (rectification of known issues). OLE re-wire. Crossover/Section insulator replacement (including potential re-design if required). Section insulator replacement. Mid-life refurbishment. Neutral section replacement (including carrier wire style neutral section design & installation). Solid conductor beam refurbishment (& bonding). OLE switch replacement. Ancillary conductor re-wire. Other Items included in the Scope: Forensic analysis (root cause analysis of failures). Isolation instructions and/or isolation diagram corrections, correlation and reviews . Legacy equipment renewal (design knowledge required) this includes Mechanically Independent Registration and any conversion of headspans. Survey e.g. drone, point cloud, etc. for structures. Tunnel renewals (fixed overhead line equipment, steelwork). Mitigations at reduced clearance locations (flashover mitigations). Traction bonding renewal.

8 Lot 3B Specialist Contact Systems

The scope of work type to be delivered includes but not limited to the following:- AC/DC contact systems works for: Structure renewal & refurbishment. Geotechnical assessment. Overhead Line Equipment (OLE) campaign changes (rectification of known issues). OLE re-wire. Crossover/Section insulator replacement (including potential re-design if required). Section insulator replacement. Mid-life refurbishment. Neutral section replacement (including carrier wire style neutral section design & installation). Solid conductor beam refurbishment (& bonding). OLE switch replacement. Ancillary conductor re-wire. Other Items included in the Scope: Forensic analysis (root cause analysis of failures). Isolation instructions and/or isolation diagram corrections, correlation and reviews . Legacy equipment renewal (design knowledge required) this includes Mechanically Independent Registration and any conversion of headspans. Survey e.g. drone, point cloud, etc. for structures. Tunnel renewals (fixed overhead line equipment, steelwork). Mitigations at reduced clearance locations (flashover mitigations). Traction bonding renewal.

9 Lot 4A Generalist Distribution & Plant

The scope of work type to be delivered includes but not limited to the following:- HV traction distribution works for: HV Substation Renewal/Refurbishment. SCADA modifications inc control room updates. OLE power connections (switch relocation / redesign). Traction derived signalling power supplies. Signalling power works for replacement of signalling power supply equipment Lighting and associated LV distribution works for: Walkway lighting and columns. Operational lighting (buffer stops etc.). Rail yard lighting and columns. Tunnel lighting. Level crossing CCTV and lighting. Other works: Lineside operational equipment and monitoring (Wheelchex/Panchex, etc). Drainage pumps and associated equipment. Low voltage and control equipment. Points heating. Control Centre power resilience. Swing bridge controls replacement.

10 Lot 4B Specialist Distribution & Plant

The scope of work type to be delivered includes but not limited to the following:- HV traction distribution works for: HV Substation Renewal/Refurbishment. SCADA modifications inc control room updates. OLE power connections (switch relocation / redesign). Traction derived signalling power supplies. Signalling power works for replacement of signalling power supply equipment Lighting and associated LV distribution works for: Walkway lighting and columns. Operational lighting (buffer stops etc.). Rail yard lighting and columns. Tunnel lighting. Level crossing CCTV and lighting. Other works: Lineside operational equipment and monitoring (Wheelchex/Panchex, etc). Drainage pumps and associated equipment. Low voltage and control equipment. Points heating. Control Centre power resilience. Swing bridge controls replacement.

Award Detail

1 Amalgamated Construction (Leeds)
  • Lot 1A Generalist Buildings & Civils
  • Reference: ecm 41044
  • Num offers: 7
  • Value: £1,284,000,000
2 Bam Nuttall (Surrey)
  • Lot 1A Generalist Buildings & Civils
  • Reference: ecm 41047
  • Num offers: 7
  • Value: £1,284,000,000
3 Morgan Sindall Construction & Infrastructure (London)
  • Lot 1A Generalist Buildings & Civils
  • Reference: ecm 41049
  • Num offers: 7
  • Value: £1,284,000,000
4 Story Contracting (Cumbria)
  • Lot 1A Generalist Buildings & Civils
  • Reference: ecm 41050
  • Num offers: 7
  • Value: £1,284,000,000
5 Taziker Industrial (Chorley)
  • Lot 1B Specialist Structures
  • Reference: ecm 41058
  • Num offers: 2
  • Value: £64,000,000
  • Contractor is an SME.
6 CK Rail Solutions (Sheffield)
  • Lot 1C Specialist Geotechnical
  • Reference: ecm 41059
  • Num offers: 4
  • Value: £1,284,000,000
  • Contractor is an SME.
7 Amey Rail (London)
  • Lot 2A Generalist Signaling and Telecoms
  • Reference: ecm 41051
  • Num offers: 5
  • Value: £852,000,000
8 Atkinsréalis (Surrey)
  • Lot 2A Generalist Signaling and Telecoms
  • Reference: ecm 41052
  • Num offers: 5
  • Value: £852,000,000
9 Trackwork (Doncaster)
  • Lot 2B Specialist Signaling
  • Reference: ecm 41060
  • Num offers: 4
  • Value: £88,500,000
  • Contractor is an SME.
10 Hawthorne Contract Services (York)
  • Lot 2C Specialist Telecoms
  • Reference: ecm 41061 -
  • Num offers: 3
  • Value: £70,000,000
  • Contractor is an SME.
11 Amey Rail (London)
  • Lot 3A Generalist Contact Systems
  • Reference: ecm 41054
  • Num offers: 5
  • Value: £361,750,000
12 Keltbray Rail (Esher)
  • Lot 3A Generalist Contact Systems
  • Reference: ecm 41055
  • Num offers: 5
  • Value: £361,750,000
13 Morgan Sindall Construction & Infrastructure (London)
  • Lot 3B Specialist Contact Systems
  • Reference: ecm 41063
  • Num offers: 3
  • Value: £70,000,000
14 Keltbray Rail (Esher and Sheffield)
  • Lot 4A Generalist Distribution & Plant
  • Reference: ecm 41056
  • Num offers: 5
  • Value: £497,250,000
15 Octavius Infrastructure (Reigate)
  • Lot 4A Generalist Distribution & Plant
  • Reference: ecm 41057
  • Num offers: 5
  • Value: £497,250,000
16 Lowery (Staines upon Thames)
  • Lot 4B Specialist Distribution & Plant
  • Reference: ecm 41064
  • Num offers: 4
  • Value: £87,500,000
  • Contractor is an SME.

Renewal Options

The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.

CPV Codes

  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45213321 - Railway station construction work
  • 45221112 - Railway bridge construction work
  • 45300000 - Building installation work
  • 71332000 - Geotechnical engineering services
  • 45234000 - Construction work for railways and cable transport systems
  • 45234115 - Railway signalling works
  • 45234116 - Track construction works
  • 71311230 - Railway engineering services
  • 45232332 - Ancillary works for telecommunications
  • 45314000 - Installation of telecommunications equipment
  • 45232210 - Overhead line construction
  • 45315400 - High voltage installation work
  • 45315600 - Low-voltage installation work
  • 45317300 - Electrical installation work of electrical distribution apparatus

Indicators

  • Options are available.

Other Information

The ERP has been scoped to take into account the priorities of NR relating to economic, social and environmental well-being. These priorities are described in the procurement documents. Projects will be allocated annually. Projects will first be allocated to the Generalist of Specialist level. Projects will then be allocated between contractors (where there is more than one at that level) and will be based on ensuring an equitable allocation of relevant projects for the year between contractors. This will be based on the following 3 factors: (a) Value in monetary terms based on the budget available for of Projects. (b) Risk profile of Projects (as assessed by the Client and being the risk attendant to the relevant Generalist Contractor for each Project) such as stakeholder requirements, consents requirements, access and site conditions/ restrictions, programme restrictions, design complexity and external interfaces for example. (c) Where applicable, Development Projects' Client Priority Levels. The share of work which a contractor is entitled to can be reduced by up to 25% based on KPI performance. Additional information for section IV.1.3) Extended term is necessary due to: Upfront Investment: The extended contract duration is required to provide sufficient time for suppliers to recoup the upfront investment expected to expedite the establishment of a fully functioning partnership delivery model. Cultural/Organisational Alignment: Sophisticated alliance/partnership models require embedded cultural and people alignment that can only be achieved over a longer period through relationship management and coaching. Programme Flexibility: Political and budgetary changes will require flexibility over the term to achieve programme outcomes. A 10 year term enables maximum flexibility to manage scheme and budget adjustments. Working Practices: The new delivery model will represent a change in Network Rail working practices and procedures. An increased term will enable Network Rail to embed the necessary step change in maturity working in collaboration with the Partners to achieve the required outcomes. Standardisation: A longer term contract is essential to realise primary benefit of design standardisation, requiring investment in time, resource and lessons learned. Skills Shortage: Infrastructure spend in the UK is forecasted to increase in the next 10 years. In parallel the industry is seeing skills and resource shortages.

Reference

Domains