Stotles logo
Pre-tender

c2c Asset Building and Civils Framework

Published

Value

240,000,000 GBP

Description

Trenitalia c2c Ltd ('c2c') has developed and agreed a 10-year Asset Management Plan covering the planned maintenance, repair and renewal works necessary to improve the condition and quality of their owned and leased existing assets, and any planned future assets that they are seeking to construct or maintain to support the management and maintenance of its portfolio of assets and property across the c2c route. To deliver this programme of work, c2c recognise an efficient and robust procurement framework must be developed to ensure timely and quality delivery of each project. The procurement of works has historically been delivered through c2c's existing Minor Civils Framework or through ad-hoc tendering. The current Minor Civils Framework is due to expire shortly, and as such requires replacement to maintain an effective route to market for c2c's requirements. c2c is intending to procure a multi-lot, multi-contractor Framework Contract over a 4-year term with optional extension periods of two individual 2-year periods to support the delivery of the associated Building and Civil Engineering works. The purpose of this Framework will be to provide a compliant and efficient route to market for c2c to procure a pipeline of projects required to support the management and maintenance of its portfolio of assets and property across the c2c route. c2c will utilise a Restricted Procedure in accordance with the Utilities Contract Regulations 2016 to procure the Framework Contract, which consists of the following Lots: 1: Multi-Disciplinary Building and Civils 2: Station Building and Roofing Works 3: Internal Station Improvement Works 4: Bridges 5: Ancillary Civils 6: Canopies 7: Platforms The anticipated commencement date of the Framework is estimated to be August 2024. c2c are seeking contractors that are capable and experienced at operating within a rail environment as the nature of the works may include working adjacent to rail infrastructure and live station environments. This Framework will be the first of three Framework tenders that c2c will be running to fulfil its long-term requirements. Following the procurement for this Building and Civils Framework, c2c will be tendering for a further two Frameworks: - Mechanical, Electrical and Building Services Framework (est. £110m value with procurement commencing in June 2024) - Construction Professional Services Framework (est. £20m value with procurement commencing in July 2024) Each Framework will contain several lots based on the range of disciplines that might be required to support the delivery of c2c's pipeline of work. These disciplines will be discreet Framework Lots that will contain multiple suppliers qualified to deliver work, which will enable c2c to competitively tender and deliver projects efficiently and effectively. If you would like more information about this procurement, please contact fran.butterworth@c2crail.net for access to a full tender briefing memorandum detailing supplementary material regarding this process. Lot 1: Multidisciplinary Building and Civils Works Estimated Lot value (excluding VAT): £68 million (GBP). This Lot covers the delivery of Multi-Disciplinary Building and Civil Engineering Works and/or any works which spans multiple lots across the Framework Contract. To be eligible to respond to this procurement, tenderers must be registered for the RICCL codes listed below. Tenderers are required to hold the following activity level accreditation for each RICCL code, unless stated otherwise: • Q Design [DES] • S Construction [CON] • X Install [INS] • Y Modify [MOD] C.D.2.1 Roofing C.D.2.11 Minor building works C.D.2.3 External Walls C.D.4.2 Major Station & Concourse roofs C.D.2.5 Internal Walls & Partitions C.D.2.7 Internal Finishes (walls, floor, ceiling) C.C.1.1.2 Metallic structures (inc. cast iron) & steel fabrication C.C.1.1.3 Masonry structures (inc. brickwork) C.C.1.1.4 Reinforced concrete structures C.C.1.1.6 Pre-cast concrete structures & pre-stressed concrete structures C.C.3.4.8.6 Earthworks drainage C.D.2.10 External works (drainage, inc. surface, foul & sewerage treatment) C.C.3.2.12 Piling C.C.3.4.8.3.1 Retaining walls - masonry C.C.3.4.8.3.2 Retaining walls - concrete C.C.3.4.8.3.5 Retaining walls - sheet pile C.D.1.1 Foundations (piled) C.D.1.2 Foundations (conventional) C.D.8.3 Roadways C.D.4.1 Canopies (stations & depots) C.D.7.1 Platforms inc. copers, paving & tarmac C.D.7.2 Platform face walls C.D.3.1 - Sanitary Appliances & Disposal Installations (only the 'Design' 'Install' and 'Modify' activities are required) C.D.3.2 - Water Installations (only the 'Design' 'Install' and 'Modify' activities are required) C.D.3.5 - Electrical Installations (only the 'Design' 'Install' and 'Modify' activities are required) D.E.1.1 - LV Switchgear (only the 'Design' 'Install' and 'Modify' activities are required) D.E.3.1 - Lighting Equipment (inc. Luminaries & control equipment) (only the 'Design' 'Install' and 'Modify' activities are required) D.E.3.2 - Lighting Support Equipment (only the 'Design' 'Install' and 'Modify' activities are required) F.C.1.6 - Earthing and Bonding (only the 'Design' 'Install' and 'Modify' activities are required) Additional information: Interested economic operators should refer to the Notice to economic operators of use by Trenitalia c2c Limited (c2c) of The Railway Industry Supplier Qualification Scheme (RISQS) contained on the c2c website: https://www.c2c-online.co.uk/suppliers/ To be eligible to respond to this Procurement, Tenderers must: • Be a registered RISQS supplier; • Have registered against the relevant RICCL codes for the Framework Lot(s) for which a Tenderer wishes to apply by 12pm on Friday 19th April 2024. Tenderers are permitted to participate in the SSQ stage prior to receiving full verification and/or audit certification from RISQS, but prior to the ITT submission deadline c2c expects that any contractor will be fully verified / audited for the relevant RICCL codes. Lot 2: Station Building and Roofing Works Estimated Lot value (excluding VAT): £6 million (GBP). This Lot covers the delivery of Station Building and Roofing Works, which may include, but not be limited to, any structural works, maintenance and/or improvements required to the station superstructure and roof. To be eligible to respond to this procurement, tenderers must be registered for the RICCL codes listed below. Tenderers are required to hold the following activity level accreditation for each RICCL code, unless stated otherwise: • Q Design [DES] • S Construction [CON] • X Install [INS] • Y Modify [MOD] C.C.3.2.2 Scaffolding (only the 'Service' activity is required) C.C.3.2.26 Waterproofing (only the 'Design' and 'Construction' activities are required) C.D.2.1 Roofing C.D.2.11 Minor building works C.D.2.3 External Walls C.D.2.4 Windows & External Doors C.D.4.2 Major Station & Concourse roofs C.D.4.3 Specialist Doors & Windows (only the 'Design', 'Install', and 'Modify' activities are required) C.D.4.4 Roller Shutters & Security Grills (only the 'Design', 'Install', and 'Modify' activities are required) Additional information: Interested economic operators should refer to the Notice to economic operators of use by Trenitalia c2c Limited (c2c) of The Railway Industry Supplier Qualification Scheme (RISQS) contained on the c2c website: https://www.c2c-online.co.uk/suppliers/ To be eligible to respond to this Procurement, Tenderers must: • Be a registered RISQS supplier; • Have registered against the relevant RICCL codes for the Framework Lot(s) for which a Tenderer wishes to apply by 12pm on Friday 19th April 2024. Tenderers are permitted to participate in the SSQ stage prior to receiving full verification and/or audit certification from RISQS, but prior to the ITT submission deadline c2c expects that any contractor will be fully verified / audited for the relevant RICCL codes. Lot 3: Internal Station Improvement Works Estimated Lot value (excluding VAT): £4 million (GBP). This Lot covers the delivery of internal station improvement works, which may include, but not be limited to, any structural works such as Windows, Doors and Internal Walls, maintenance and/or improvements required inside the station. To be eligible to respond to this procurement, tenderers must be registered for the RICCL codes listed below. Tenderers are required to hold the following activity level accreditation for each RICCL code, unless stated otherwise: • Q Design [DES] • S Construction [CON] • X Install [INS] • Y Modify [MOD] C.D.2.4 Windows & External Doors C.D.2.5 Internal Walls & Partitions C.D.2.6 Internal Doors C.D.2.7 Internal Finishes (walls, floor, ceiling) C.D.3.1 Sanitary appliances & disposal installations (only the 'Design', 'Install', and 'Modify' activities are required) C.D.3.2 - Water Installations (only the 'Design', 'Install', and 'Modify' activities are required) C.D.3.5 - Electrical Installations (only the 'Design', 'Install', and 'Modify' activities are required) Additional information: Interested economic operators should refer to the Notice to economic operators of use by Trenitalia c2c Limited (c2c) of The Railway Industry Supplier Qualification Scheme (RISQS) contained on the c2c website: https://www.c2c-online.co.uk/suppliers/ To be eligible to respond to this Procurement, Tenderers must: • Be a registered RISQS supplier; • Have registered against the relevant RICCL codes for the Framework Lot(s) for which a Tenderer wishes to apply by 12pm on Friday 19th April 2024. Tenderers are permitted to participate in the SSQ stage prior to receiving full verification and/or audit certification from RISQS, but prior to the ITT submission deadline c2c expects that any contractor will be fully verified / audited for the relevant RICCL codes. Lot 4: Bridges Estimated Lot value (excluding VAT): £39 million (GBP). This Lot covers the delivery of bridges Works, which may include, but not be limited to, any structural works for Metallic, Masonry and concreate structures, maintenance and/or improvements required to the identified bridges. To be eligible to respond to this procurement, tenderers must be registered for the RICCL codes listed below. Tenderers are required to hold the following activity level accreditation for each RICCL code, unless stated otherwise: • Q Design [DES] • S Construction [CON] • X Install [INS] • Y Modify [MOD] C.C.1.1.2 Metallic structures (inc. cast iron) & steel fabrication C.C.1.1.3 Masonry structures (inc. brickwork) C.C.1.1.4 Reinforced concrete structures C.C.1.1.5 Fibre reinforced polymer (FRP) strengthening & renewal C.C.1.1.6 Pre-cast concrete structures & pre-stressed concrete structures Additional information: Interested economic operators should refer to the Notice to economic operators of use by Trenitalia c2c Limited (c2c) of The Railway Industry Supplier Qualification Scheme (RISQS) contained on the c2c website: https://www.c2c-online.co.uk/suppliers/ To be eligible to respond to this Procurement, Tenderers must: • Be a registered RISQS supplier; • Have registered against the relevant RICCL codes for the Framework Lot(s) for which a Tenderer wishes to apply by 12pm on Friday 19th April 2024. Tenderers are permitted to participate in the SSQ stage prior to receiving full verification and/or audit certification from RISQS, but prior to the ITT submission deadline c2c expects that any contractor will be fully verified / audited for the relevant RICCL codes. Lot 5: Ancillary Civils Estimated Lot value (excluding VAT): £15 million (GBP). This Lot covers ancillary works including but not limited drainage, groundworks and landscaping. To be eligible to respond to this procurement, tenderers must be registered for the RICCL codes listed below. Tenderers are required to hold the following activity level accreditation for each RICCL code, unless stated otherwise: • Q Design [DES] • S Construction [CON] • X Install [INS] • Y Modify [MOD] C.C.3.2.6 Drain clearance and water jetting (only the 'Service' activity is required) C.C.3.4.8.6 Earthworks drainage C.D.2.10 External works (drainage, inc. surface, foul & sewerage treatment) C.C.3.2.12 Piling C.C.3.2.9 Concrete services (drilling & cutting) (only the 'Service' activity is required) C.C.3.4.8.3.1 Retaining walls - masonry C.C.3.4.8.3.2 Retaining walls - concrete C.C.3.4.8.3.5 Retaining walls - sheet pile C.D.1.1 Foundations (piled) C.D.1.2 Foundations (conventional) C.D.2.4 Equipment foundations C.D.8.3 Roadways C.C.3.4.7.12 Access way & steps C.C.3.4.7.3 Metal fences C.C.3.4.7.4 Plastic fences C.C.3.4.7.5 Boundary gates C.C.3.4.7.8 Noise barriers C.D.2.9 External works (paving and landscaping) C.D.7.4 Raised walkways C.D.8.2 Car and Cycle parks Additional information: Interested economic operators should refer to the Notice to economic operators of use by Trenitalia c2c Limited (c2c) of The Railway Industry Supplier Qualification Scheme (RISQS) contained on the c2c website: https://www.c2c-online.co.uk/suppliers/ To be eligible to respond to this Procurement, Tenderers must: • Be a registered RISQS supplier; • Have registered against the relevant RICCL codes for the Framework Lot(s) for which a Tenderer wishes to apply by 12pm on Friday 19th April 2024. Tenderers are permitted to participate in the SSQ stage prior to receiving full verification and/or audit certification from RISQS, but prior to the ITT submission deadline c2c expects that any contractor will be fully verified / audited for the relevant RICCL codes. Lot 6: Canopies Estimated Lot value (excluding VAT): £13 million (GBP). This Lot covers the delivery of Canopies, which may include, but not be limited to, any roped access, Pigeon control and/or improvements required to the canopies. To be eligible to respond to this procurement, tenderers must be registered for the RICCL codes listed below. Tenderers are required to hold the following activity level accreditation for each RICCL code, unless stated otherwise: • Q Design [DES] • S Construction [CON] • X Install [INS] • Y Modify [MOD] C.C.3.2.1 Roped Access (only the 'Service' activity is required) C.D.4.1 Canopies (stations & depots) Additional information: Interested economic operators should refer to the Notice to economic operators of use by Trenitalia c2c Limited (c2c) of The Railway Industry Supplier Qualification Scheme (RISQS) contained on the c2c website: https://www.c2c-online.co.uk/suppliers/ To be eligible to respond to this Procurement, Tenderers must: • Be a registered RISQS supplier; • Have registered against the relevant RICCL codes for the Framework Lot(s) for which a Tenderer wishes to apply by 12pm on Friday 19th April 2024. Tenderers are permitted to participate in the SSQ stage prior to receiving full verification and/or audit certification from RISQS, but prior to the ITT submission deadline c2c expects that any contractor will be fully verified / audited for the relevant RICCL codes. Lot 7: Platforms Estimated Lot value (excluding VAT): £95 million (GBP). This Lot covers the delivery of Platform Works, which may include, but not be limited to, any structural works to platform walls, maintenance and/or improvements required to the station platforms. To be eligible to respond to this procurement, tenderers must be registered for the RICCL codes listed below. Tenderers are required to hold the following activity level accreditation for each RICCL code, unless stated otherwise: • Q Design [DES] • S Construction [CON] • X Install [INS] • Y Modify [MOD] C.D.7.1 Platforms inc. copers, paving & tarmac C.D.7.2 Platform face walls C.D.7.3 Modular platforms including trestle Additional information: Interested economic operators should refer to the Notice to economic operators of use by Trenitalia c2c Limited (c2c) of The Railway Industry Supplier Qualification Scheme (RISQS) contained on the c2c website: https://www.c2c-online.co.uk/suppliers/ To be eligible to respond to this Procurement, Tenderers must: • Be a registered RISQS supplier; • Have registered against the relevant RICCL codes for the Framework Lot(s) for which a Tenderer wishes to apply by 12pm on Friday 19th April 2024. Tenderers are permitted to participate in the SSQ stage prior to receiving full verification and/or audit certification from RISQS, but prior to the ITT submission deadline c2c expects that any contractor will be fully verified / audited for the relevant RICCL codes.

Timeline

Publish date

17 days ago

Buyer information

Trenitalia c2c Limited

Contact:
Fran Butterworth
Email:
Fran.Butterworth@c2crail.net

Explore contracts and tenders relating to Trenitalia c2c Limited

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore similar tenders and contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Explore more suppliers to Trenitalia c2c Limited

Sign up