Notice Information
Notice Title
Brewery Turnback - ES6-8 M & E works
Notice Description
Brewery Turnback an enhancement scheme funded by the DfT. Formerly known as Manchester Victoria East Turnback, it has been prioritised for early development from the Central Manchester Capacity and Performance study to boost capacity and resilience. The scheme is for the design and delivery of a West facing turnback, located at Brewery Junction. At Victoria station, the through platforms also accommodate terminating trains due to an imbalance of local services to the east and west of the station. The extended time to terminate and turnback in the platforms restricts platform availability for through services. Operational flexibility of the station would be improved if services could utilise a turnback facility to the East of the station. The turnback would also be a service recovery measure during times of perturbation. The turnback is to accommodate trains up to 6 car x 26 m vehicles (DMU and EMU); with trains being able to access the turnback to and from Platforms 3-6 at Manchester Victoria station. As part of the MNTP programme, it was identified that the provision of a turnback facility to the East of Manchester Victoria Train station would provide operational flexibility. Currently, the platforms at Manchester Victoria must accommodate terminating trains, this restricts the availability of the through platforms, impacting performance and causing a timetable constraint. In a standard hour, two services, typically from Kirkby / Preston / Wigan are booked to terminate in the through platforms before the driver changes ends and the train departs in the opposite direction. Typical turnaround times are between 5-10 minutes, meaning that the platform, and route through it, remains occupied for the duration of the turnaround. The operational flexibility of the station would be improved if services could utilise a turnback facility to the East of the station. The turnback would also be a service recovery measure during perturbation. ES2-4 design and development was undertaken by WSP Limited and accepted by Network Rail. However, there are many instances within the designs where assumptions have been made stating that the TRU works would be complete prior to commencement of the project and all as built designs and source records would be available. M & E Scope of Work: The supply, installation, testing and commissioning of the Small power and Lighting systems. This includes, but is not limited to: DNO Cubicle, Mains Distribution equipment, 400v and 230v cabling, Bollard Lighting, Buffer stop Lighting and associated controls. This is to include all hand back deliverables such as red line drawings, O&M manuals, eclipse updates and attendance at AMP016 walkouts.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-497d751b-da2f-46fa-8c86-047e0ac80964
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/836f8814-439a-47ff-b273-21be1987ab20
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Not Specified
- Procurement Method Details
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45351000 - Mechanical engineering installation works
51100000 - Installation services of electrical and mechanical equipment
71334000 - Mechanical and electrical engineering services
Notice Value(s)
- Tender Value
- £100,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Oct 20254 months ago
- Submission Deadline
- 13 Oct 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 17 May 2026 - 31 Jul 2026 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- KIER INFRASTRUCTURE AND OVERSEAS - CP7 NWC
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- CLIPPERS QUAY
- Postcode
- M50 3XP
- Post Town
- Manchester
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD3 Greater Manchester
- Small Region (ITL 3)
- TLD34 Greater Manchester South West
- Delivery Location
- TLD North West (England)
-
- Local Authority
- Salford
- Electoral Ward
- Quays
- Westminster Constituency
- Salford
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/836f8814-439a-47ff-b273-21be1987ab20
7th October 2025 - Opportunity notice on Contracts Finder -
https://www.competefor.com/business/viewOpportunityDetailsSupplier.html?id=100778479
Please follow this link to view the notice.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-497d751b-da2f-46fa-8c86-047e0ac80964-2025-10-07T08:10:18+01:00",
"date": "2025-10-07T08:10:18+01:00",
"ocid": "ocds-b5fd17-497d751b-da2f-46fa-8c86-047e0ac80964",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "C4N100778468",
"title": "Brewery Turnback - ES6-8 M & E works",
"description": "Brewery Turnback an enhancement scheme funded by the DfT. Formerly known as Manchester Victoria East Turnback, it has been prioritised for early development from the Central Manchester Capacity and Performance study to boost capacity and resilience. The scheme is for the design and delivery of a West facing turnback, located at Brewery Junction. At Victoria station, the through platforms also accommodate terminating trains due to an imbalance of local services to the east and west of the station. The extended time to terminate and turnback in the platforms restricts platform availability for through services. Operational flexibility of the station would be improved if services could utilise a turnback facility to the East of the station. The turnback would also be a service recovery measure during times of perturbation. The turnback is to accommodate trains up to 6 car x 26 m vehicles (DMU and EMU); with trains being able to access the turnback to and from Platforms 3-6 at Manchester Victoria station. As part of the MNTP programme, it was identified that the provision of a turnback facility to the East of Manchester Victoria Train station would provide operational flexibility. Currently, the platforms at Manchester Victoria must accommodate terminating trains, this restricts the availability of the through platforms, impacting performance and causing a timetable constraint. In a standard hour, two services, typically from Kirkby / Preston / Wigan are booked to terminate in the through platforms before the driver changes ends and the train departs in the opposite direction. Typical turnaround times are between 5-10 minutes, meaning that the platform, and route through it, remains occupied for the duration of the turnaround. The operational flexibility of the station would be improved if services could utilise a turnback facility to the East of the station. The turnback would also be a service recovery measure during perturbation. ES2-4 design and development was undertaken by WSP Limited and accepted by Network Rail. However, there are many instances within the designs where assumptions have been made stating that the TRU works would be complete prior to commencement of the project and all as built designs and source records would be available. M & E Scope of Work: The supply, installation, testing and commissioning of the Small power and Lighting systems. This includes, but is not limited to: DNO Cubicle, Mains Distribution equipment, 400v and 230v cabling, Bollard Lighting, Buffer stop Lighting and associated controls. This is to include all hand back deliverables such as red line drawings, O&M manuals, eclipse updates and attendance at AMP016 walkouts.",
"datePublished": "2025-10-07T08:10:18+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45351000",
"description": "Mechanical engineering installation works"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "North West",
"countryName": "United Kingdom"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 50000,
"currency": "GBP"
},
"value": {
"amount": 100000,
"currency": "GBP"
},
"tenderPeriod": {
"endDate": "2025-10-13T17:00:00+01:00"
},
"contractPeriod": {
"startDate": "2026-05-18T00:00:00+01:00",
"endDate": "2026-07-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "works",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/836f8814-439a-47ff-b273-21be1987ab20",
"datePublished": "2025-10-07T08:10:18+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Please follow this link to view the notice.",
"url": "https://www.competefor.com/business/viewOpportunityDetailsSupplier.html?id=100778479"
}
]
},
"parties": [
{
"id": "GB-CFS-295322",
"name": "Kier Infrastructure and Overseas - CP7 NWC",
"identifier": {
"legalName": "Kier Infrastructure and Overseas - CP7 NWC"
},
"address": {
"streetAddress": "2nd Floor Optimum House",
"locality": "Clippers Quay",
"postalCode": "M503XP",
"countryName": "UK"
},
"contactPoint": {
"name": "Mark Thompson",
"email": "mark.thompson@kier.co.uk",
"telephone": "07880787625"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-295322",
"name": "Kier Infrastructure and Overseas - CP7 NWC"
}
}