Tender

Brewery Turnback - ES6-8 M & E works

KIER INFRASTRUCTURE AND OVERSEAS - CP7 NWC

This public procurement record has 1 release in its history.

Tender

07 Oct 2025 at 07:10

Summary of the contracting process

The procurement process initiated by Kier Infrastructure and Overseas - CP7 NWC invites tenders for the "Brewery Turnback - ES6-8 M & E works," aiming to enhance the Manchester Victoria East Turnback facility. Classified under mechanical and electrical engineering services, the project involves designing and delivering a west-facing turnback to boost operational capacity and resilience. The procurement, under the active tender stage as of 7th October 2025, covers a contract period from 18th May to 31st July 2026. Bids are welcomed until 13th October 2025. The project is located in the North West of the UK, with potential delivery to British Overseas Territories and other regions. The estimated contract value ranges from £50,000 to £100,000.

This tender presents substantial opportunities for businesses in the mechanical and electrical engineering sectors, particularly those specialising in power and lighting systems installation. The tender is well-suited for SMEs possessing the technical capability to supply, install, test, and commission the required systems, including managing documentation and attending relevant inspections. By participating, businesses can leverage this high-profile project with DfT funding to enhance their market presence in the infrastructure industry. The project’s expansive geographical scope, including British Oversea Territories and beyond, offers further business growth potential for international operations.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}