Construction Tenders

Thu May 16 2024

Related Information

Construction Contract Leads

United Kingdom

Category Works

Type

No. of Lots 8

Status Active

Published 16th Oct 2023

Tender Details
Referenceocds-h6vhtk-040c59
Common Procurement VocabularyLift and escalator installation work
Procurement MethodNegotiated procedure with prior call for competition
Value£319,000,000
More Tenders »

United Kingdom

Category Works

Type

No. of Lots 8

Status Active

Published 16th Oct 2023

Tender Details
Referenceocds-h6vhtk-040c59
Common Procurement VocabularyLift and escalator installation work
Procurement MethodNegotiated procedure with prior call for competition
Value£319,000,000

Section I: Contracting entity

I.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Email

jessica.covey [at] networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - United Kingdom

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

https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=57129

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=57129

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=57129

I.6) Main activity

Railway services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Lift and Escalator Maintenance, Inspections and Lift and Escalator Renewals and Replacements

Reference number

Project_33735

II.1.2) Main CPV code

  • 45313000 - Lift and escalator installation work

II.1.3) Type of contract

Works

II.1.4) Short description

This Procurement Event will seek to establish a Contract/s for Lifts and Escalator Maintenance and a Contract for Inspections and will establish 2 x Frameworks for the renewal and replacement of Lifts and Escalators. All Contracts and Frameworks cover stations throughout England, Scotland and Wales.

Details on the scope of each Lot are shown within this notice and further explained in the Procurement Documents.

Please note that this procurement event contains lot options (lots 1,1a, 2, 6 & 6a) and therefore NR will not make an award for all lots, please refer to the Procurement Documents for more information.

II.1.5) Estimated total value

Value excluding VAT: £319,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Please see the Procurement Documents for information

II.2) Description

II.2.1) Title

Lot 1 - Lift Maintenance

Lot No

1

II.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Nationwide

II.2.4) Description of the procurement

Lot 1 - Lift Maintenance Contract

Network Rail owns c.1440 lifts at stations throughout England, Scotland and Wales. This Contract is to provide fully comprehensive planned preventative maintenance (PPM), reactive lift maintenance, accumulator replacement, SAF-ed inspections & NICEIC electrical testing.

Entrapment response time for this Lot has a target of 30mins however, abatement charges come into effect at 45mins. Please see procurement documents for further information.

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: £54,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Initial 5 year contract with up to 3 x 1year extensions (1yr + 1yr + 1yr) potential maximum contract term of 8 years

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 7

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Option to extend the contract by up to a further 3 x 1 year extensions.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 1a - Lift Maintenance (30min Entrapment Response )

Lot No

1a

II.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Nationwide

II.2.4) Description of the procurement

Lot 1a - Lift Maintenance (30min Entrapment Response)

Network Rail owns c.1440 lifts at stations throughout England, Scotland and Wales. This Contract is to provide fully comprehensive planned preventative maintenance (PPM), reactive lift maintenance, accumulator replacement, SAF-ed inspections & NICEIC electrical testing.

This Lot is the same as Lot 1, the only difference is that the abatement charges for this lot come into effect at 30min and not 45mins. Please see the Procurement documents for further information.

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: £56,700,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Initial 5 year contract with the option to extend for up to a further 3 x 1year extensions (1yr+1yr+1yr) Maximum contract term is 8 years.

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

Candidates shortlisted for Lot 1 will qualify to submit a bid for Lot 1a.

A single PQQ covers both Lot 1 and Lot 1a

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Option to extend for up to a further 3 x 1year extensions

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 2 - Escalator Maintenance

Lot No

Lot 2

II.2.2) Additional CPV code(s)

  • 50740000 - Repair and maintenance services of escalators

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Nationwide

II.2.4) Description of the procurement

Lot 2 - Escalator Maintenance

Network Rail owns c.280 escalators and conveyors throughout England, Scotland and Wales. The Contract is to provide fully comprehensive planned preventative maintenance (PPM) reactive maintenance and NICEIC electrical testing

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: £31,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Initial 5 year contract with the option to extend for up to a further 3 x 1year

extensions (1yr+1yr+1yr) Maximum contract term is 8 years.

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 7

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Option to extend for up to a further 3 x 1year extensions

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

lot 3 - Lift and Escalator Inspections

Lot No

Lot 3

II.2.2) Additional CPV code(s)

  • 71630000 - Technical inspection and testing services
  • 71631100 - Machinery-inspection services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Nationwide

II.2.4) Description of the procurement

Lot 3 - Lift and Escalator Inspections

Network Rail owns c.1,720 lift and Escalators throughout England, Scotland and Wales. The contract is to provide fully comprehensive planned inspections for each asset which include; LOLER and PSSR lift inspections and PM45 escalator inspections.

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: £5,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Initial 5 year contract with the option to extend for up to a further 3 x 1year

extensions (1yr+1yr+1yr) Maximum contract term is 8 years.

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Option to extend for up to a further 3 x 1year extensions

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 4 - Lift Renewals and New Installations Framework

Lot No

Lot 4

II.2.2) Additional CPV code(s)

  • 45313100 - Lift installation work

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Nationwide

II.2.4) Description of the procurement

Lot 4 - Lift Renewals and New Installations Framework

Network Rail owns c.1440 lifts at stations throughout England, Scotland and Wales of varying ages, conditions and types.

There have been over 130 lift modernisation and replacement lift projects of varying scope in the last 3 years.

This Lot is to provide a framework agreement between Network Rail and selected companies for lift renewals and new lift installation works which fully meet the specification requirements.

Tenderers must note that there is no volume commitment under this Framework.

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: £107,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Initial 5 year Framework with the option to extend for up to a further 3 x 1year

extensions (1yr+1yr+1yr) Maximum contract term is 8 years.

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Option to extend for up to a further 3 x 1year extensions

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 5 - Escalator Renewals and New Installations Framework

Lot No

Lot 5

II.2.2) Additional CPV code(s)

  • 45313200 - Escalator installation work

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Nationwide

II.2.4) Description of the procurement

Lot 5 - Escalator Renewals and New Installations Framework

Network Rail owns c.280 Escalators at stations throughout England, Scotland and Wales of varying ages, conditions, and types.

This Lot is to provide a framework agreement between Network Rail and selected Escalator companies for Escalator renewals and new escalator installation works which fully meet the specification requirements.

Tenderers must note that there is no volume commitment under this Framework.

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: £93,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Initial 5 year Framework with the option to extend for up to a further 3 x 1year

extensions (1yr+1yr+1yr) Maximum contract term is 8 years.

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 8

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Option to extend for up to a further 3 x 1year extensions

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 6 - Lifts and Escalator Maintenance

Lot No

Lot 6

II.2.2) Additional CPV code(s)

  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Nationwide

II.2.4) Description of the procurement

Lot 6 - Lift & Escalator Maintenance

This Lot covers the full requirements set out in both Lot 1 and Lot 2. NR is aware that many lift and escalator engineers are ‘dual qualified’ and can therefore work on both lift and escalator assets.

Entrapment response time for this Lot has a target of 30mins however, abatement charges come into effect at 45mins.

This Lot gives bidders the opportunity to bid for the combined maintenance requirements for both Lifts & Escalators which should achieve economies of scale and other efficiencies associated with having dual qualified engineers.

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: £85,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Initial 5 year contract with the option to extend for up to a further 3 x 1year

extensions (1yr+1yr+1yr) Maximum contract term is 8 years.

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

Candidates will only be shortlisted for Lot 6 if they are shortlisted for both Lot 1 and Lot 2 and pass the PQQ evaluation for Lot 6.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Option to extend for up to a further 3 x 1year extensions

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 6a - Lift & Escalator Maintenance (30min Entrapment Response)

Lot No

Lot 6a

II.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Nationwide

II.2.4) Description of the procurement

Lot 6a - Lift and Escalator Maintenance (30min Entrapment Response)

This Lot is the same as Lot 6, the only difference is that the abatement charges for entrapments for this lot come into effect at 30mins not 45mins. Please see the Procurement documents for further information.

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: £87,700,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Initial 5 year contract with the option to extend for up to a further 3 x 1year

extensions (1yr+1yr+1yr) Maximum contract term is 8 years.

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

Candidates shortlisted for Lot 6 will automatically qualify to submit a bid for Lot 6a.

A single PQQ covers both Lot 6 and Lot 6a.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Option to extend for up to a further 3 x 1year extensions

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

16 November 2023

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

12 January 2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

The Royal Court of Justice

Strand

London

WC2A 2LL

Country

United Kingdom