Notice Information
Notice Title
Network Rail North West & Central Region CP7 Frameworks: Framework Category D
Notice Description
Network Rail has put in place a number of frameworks for Control Period 7 (CP7) for the delivery of capital works in the North West & Central Region. These frameworks are divided into categories and separate Contract Award Notices relate to each of them. On 12 February 2024 Network Rail concluded ten (10) service contracts with the Participants (as defined below) under Framework Category D. Framework Category D relates to the delivery of "minor and reactive works" relating to planned, unplanned and cyclical maintenance requirements, with discipline specific lots for Civil Engineering and Buildings, across different geographical areas within the North West & Central Region (the "Region"). This notice contains further detail of the ongoing use of Framework Category D in line with the originally advertised scope. The Participants are Amalgamated Construction Ltd, QTS Group Ltd, Construction Marine Ltd, J Murphy & Sons, CK Rail Solutions Ltd and JSS Rail Limited. The scope of works carried out under Framework Category D are: * Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice (Note: Does not apply to all lots, see section II.2 for more detail on each lot) * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements The works to Network Rail's assets may also incorporate inspection, maintenance, repair, partial or whole renewal. Network Rail appointed suppliers to this Framework Category D across two discipline lots and geographical sub-lots as follows: Civil Engineering (Structures & Geotechnical) Lot D1 (O-C) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers Lot D1 (R) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers Buildings Lot D2 (NW) Buildings in North West Route area only: 3 Suppliers Lot D2 (C&WCS) Buildings in combined Central Route and West Coast South Route areas only: 3 Suppliers
Lot Information
Lot N/A
PLEASE NOTE THAT THIS NOTICE IS NOT A CALL FOR COMPETITION. This notice is issued solely for the purpose of the CP7 Market Update Event to provide potential bidders with information about its CP7 objectives, transformation activities and to outline the contracting strategy it intends to adopt. Non-participation in the event shall not prevent any supplier from participating in any future procurement(s). Network Rail is not liable for any costs, fees or expenses incurred by any party participating in this Market Update Event. Network Rail cannot guarantee that it will incorporate all or any feedback received at the event into any subsequent procurement event(s) or that Network Rail will proceed with one or more procurement event(s).
Lot B1 (R) Civil Engineering (Structures & Geotechnical)This award is for the supply of a comprehensive structures remote and non-remote monitoring service to the NW&C region. The services are technically complex and requires the management of NR's infrastructure to maintain and support the continuous operation of a safe railway.
Renewal: The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B1 (R) will be within the range of PS55,000,000 to PS65,000,000 for the 7.5 year duration.
Lot B1 (NW) Civil Engineering (Structures & Geotechnical)Network Rail is looking to appoint a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank within the North West Route. This is a geographical sub-lot comprising the North West Route: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the North West Route. The successful supplier may be required to deliver works within the scope of the discipline lot B1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route in addition to a supplier appointed for the Region (Lot B1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the North West Route under this lot (lot B1 (NW) Civil Engineering (Structures and Geotechnical)). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B1 (NW) will be within the range of PS40,000,000 to PS50,000,000 for the 7.5 year duration.
Lot B1 (C&WCS) Civil Engineering (Structures & Geotechnical)Network Rail is looking to appoint a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. The successful supplier may be required to deliver works within the scope of the discipline lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical) in the Central Route and West Coast South Route in addition to a supplier appointed for the Region (Lot B1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the combined Central Route and West Coast South Route areas under this lot (lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical)). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B1 (C&WCS) will be within the range of PS45,000,000 to PS55,000,000 for the 7.5 year duration.
Lot B2 (R) BuildingsNetwork Rail is looking to appoint a regional framework supplier to deliver a proportion of the buildings workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require compromise; * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the Region. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (two suppliers for Lot B2 (NW) Buildings in the North West Route, a supplier for Lot B2 (C) Buildings in the Central Route and a supplier for B2 (WCS) Buildings in the West Coast South Route). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the Region under this lot (lot B2 (R) Buildings). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B2 (R) Buildings will be within the range of PS65,000,000 to PS75,000,000 for the 7.5 year duration
Lot B2 (NW) BuildingsNetwork Rail is looking to appoint two framework supplier(s) to deliver a proportion of the buildings workbank within the North West Route. This is a geographical sub-lot comprising the North West Route: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to two suppliers for the North West Route. The two successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot B2 (NW) Buildings in the North West Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in the North West route under this lot (lot B2 (NW) Buildings) would have an estimated anticipated framework value in the range of PS22,500,000 to PS27,500,000. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B2(NW) Buildings will be within the range of PS45,000,000 to PS55,000,000 for the 7.5 year duration
Lot B2 (C) BuildingsNetwork Rail is looking to appoint a framework supplier to deliver a proportion of the buildings workbank within the Central Route. This is a geographical sub-lot comprising the Central Route: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the Central Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot B2 (C) Buildings in the Central Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the Central Route under this lot (lot B2 (C) Buildings). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B2(C) Buildings will be within the range of PS30,000,000 to PS40,000,000 for the 7.5 year duration
Lot B2 (WCS) BuildingsNetwork Rail is looking to appoint a framework supplier to deliver a proportion of the buildings workbank within the West Coast South Route. This is a geographical sub-lot comprising the West Coast South Route: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the West Coast South Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot B2 (WCS) Buildings in the West Coast South Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the West Coast South Route under this lot (lot B2 (WCS) Buildings). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B2(WCS) Buildings will be within the range of PS30,000,000 to PS40,000,000 for the 7.5 year duration
Lot B3 (R) AC SwitchgearNetwork Rail is looking to appoint a regional framework supplier to deliver the Electrification & Plant: AC Switchgear workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal of: * Major SCADA changes / updates * Feeder station power upgrades (inclusive of TNO/DNO engagement) * OLE related modification associated with the above This lot relates to a single supplier for the Region. The successful supplier may be required to deliver works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of the works anticipated to be allocated to the successful supplier in the Region under this lot (Lot B3 (R) AC Switchgear). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years(following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B3(R)AC Switchgear will be within the range of PS55,000,000 to PS65,000,000 for the 7.5 year duration
Lot B3 (NW) Power & DistributionNetwork Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank within the North West Route. This is a geographical sub-lot comprising the North West Route, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category B. The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation, * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Outdoor CB and switches renewal (e.g. SMOS, TSS, DPD etc) * Major SCADA changes/updates associated with AC protection relay renewal * HV feeder cable replacement and associated route renewal on AC and DC infrastructure * OLE related renewals (e.g. OLE structures) * AC & DC protection relay * DC stage 2 frame leakage installation * AC Switchgear (Refurbishment only) This lot relates to a single supplier for the North West Route. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (as set out in the framework agreement). The estimated value stated at Section II.2.6 relates to the value of works anticipated to be allocated to the successful supplier in the North West Route under this lot (B3 (NW) Power & Distribution). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years(following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B3(NW)P&D will be within the range of PS50,000,000 to PS60,000,000 for the 7.5 year duration
Lot B3 (C&WCS) Power & DistributionNetwork Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank across the combined Central Route and West Coast South areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category B. The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation, * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Outdoor CB and switches renewal (e.g. SMOS, TSS, DPD etc) * Major SCADA changes/updates associated with AC protection relay renewal * HV feeder cable replacement and associated route renewal on AC and DC infrastructure * OLE related renewals (e.g. OLE structures) * AC & DC protection relay * DC stage 2 frame leakage installation * AC Switchgear (Refurbishment only) This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (as set out in the framework agreement). The estimated value stated at Section II.2.6 relates to the value of works anticipated to be allocated to the successful supplier in the combined Central Route and West Coast South Route areas under this lot (Lot B3 (C&WCS) Power & Distribution). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years(following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B3(C&WCS)P&D will be within the range of PS140,000,000 to PS160,000,000 for the 7.5 year duration
Lot B3 (C&WCS LV) Low Voltage Plant & Signalling PowerNetwork Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Low Voltage Plant & Signalling Power workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category B. The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation, * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Signalling Power cable renewal * Signalling Power (e.g. UPS, Generator, FSP) * Lighting (e.g. Junction, buffer stop, walkway) * Points heating * Pumping systems * DNO This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (as set out in the framework agreement). The estimated value stated at Section II.2.6 relates to the value of works anticipated to be allocated to the successful supplier in the combined Central Route and West Coast South Route areas under this lot (Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B3 (C&WCS LV) will be within the range of PS20,000,000 to PS30,000,000 for the 7.5 year duration.
Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)Network Rail is looking to appoint two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice. * All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: * Emergency - Attend within 2 hours from receipt of order * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement. This lot relates to two suppliers for the Region. The two successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot D1 (O-C) Civil Engineering (Structures & Geotechnical) across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the full NW&C Region (North West Route, Central Route and West Coast South Route) in Lot D1 (R) Civil Engineering (Structures and Geotechnical). Network Rail intends to allocate all orders requiring an emergency response (i.e. site attendance within 2 hours of receipt of the order) to the two successful suppliers under Lot D1 (O-C) Civil Engineering (Structures and Geotechnical). Network Rail intends to allocate works to the relevant supplier on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in the region under this lot (lot D1 (O-C) Civil Engineering (Structures and Geotechnical)) would have an estimated anticipated framework value in the range of PS57,500,000 to PS62,500,000. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (36 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 3 years (following a 6 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot D1 (O-C) will be within the range of PS115,000,000to PS125,000,000 for the 5.5 year duration.
Lot D1 (R) Civil Engineering (Structures & Geotechnical)Network Rail is looking to appoint two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) Each order under the framework agreement will be categorised by the Network Rail to detail the required response time as follows: * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement. This lot relates to two suppliers for the Region. The two successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot D1 (R) Civil Engineering (Structures & Geotechnical) across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the full NW&C Region (North West Route, Central Route and West Coast South Route) in Lot D1 (O-C) Civil Engineering (Structures and Geotechnical). Network Rail intends to allocate works to the relevant supplier on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in the region under this lot (lot D1 (R) Civil Engineering (Structures and Geotechnical)) would have an estimated anticipated framework value in the range of PS27,500,000 to PS32,500,000. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (36 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 3 years (following a 6 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot D1 (R) will be within the range of PS55,000,000 to PS65,000,000 for the 5.5 year duration.
Lot D2 (NW) BuildingsNetwork Rail is looking to appoint three framework supplier(s) to deliver a proportion of the Buildings minor works and reactive workbank across the North West Route area. This is a geographical sub-lot comprising the North West Route, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D. The scope of works which Network Rail may require comprises: * Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice. * All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Asbestos management and removal * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment. Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: * Emergency - Attend within 2 hours from receipt of order * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement. This lot relates to three suppliers for the North West Route. Network Rail intends to allocate works to the relevant supplier on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the three frameworks awarded in the North West Route under this lot (lot D2 (NW) Buildings) would have an estimated anticipated framework value in the range of PS5,000,000 to PS7,000,000. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (36 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 3 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot D2 (NW) Buildings will be within the range of PS15,000,000 to PS21,000,000 for the 5.5 year duration
Lot D2 (C&WCS) BuildingsNetwork Rail is looking to appoint three framework supplier(s) to deliver a proportion of the Buildings minor works and reactive workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D. The scope of works which Network Rail may require comprises: * Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice. * All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Asbestos management and removal * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment. Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: * Emergency - Attend within 2 hours from receipt of order * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement. This lot relates to three suppliers for the combined Central Route and West Coast South Route areas. Network Rail intends to allocate works to the relevant supplier on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the three frameworks awarded in the combined Central Route and West Coast South Route areas under this lot (lot D2 (C&WCS) Buildings) would have an estimated anticipated framework value in the range of PS4,000,000 to PS6,000,000. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (36 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 3 years (following a 6 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot D2 (C&WCS) will be within the range of PS12,000,000 to PS18,000,000 for the 5.5 year duration
Lot C1 (R) Civil Engineering (Structures & Geotechnical)Network Rail is looking to appoint a regional framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the Region. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (two suppliers for Lot C1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route, a supplier for Lot C1 (C) Civil Engineering (Structures and Geotechnical) in the Central Route and a supplier for Lot C1 (WCS) Civil Engineering (Structures & Geotechnical) in the West Coast South Route). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of the works anticipated to be allocated to the successful supplier in the Region under this lot (lot C1 (R) Civil Engineering (Structures and Geotechnical). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot C1 (R) will be within the range of PS100,000,000 to PS120,000,000 for the 7.5 year duration.
Lot C1 (NW) Civil Engineering (Structures & Geotechnical)Network Rail is looking to appoint two framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) workbank within the North West Route. This is a geographical sub-lot comprising the North West Route: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to two suppliers for the North West Route. The successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot C1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route in addition to a supplier appointed for the Region (Lot C1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in the North West route under this lot (lot C1 (NW) Civil Engineering (Structures and Geotechnical)) would have an estimated anticipated framework value in the range of PS42,500,000 to PS47,500,000. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years(following a 6 month mobilisation period)with an option, subject to each successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot C1(NW) will be within the range of PS85,000,000 to PS95,000,000 for the 7.5 year duration
Lot C1 (C) Civil Engineering (Structures & Geotechnical)Network Rail is looking to appoint a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the Central Route area. This is a geographical sub-lot comprising the Central Route area: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the Central Route . The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot C1 (C) Civil Engineering (Structures and Geotechnical) in the Central Route in addition to a supplier appointed for the Region (Lot C1(R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the Central Route area under this lot (lot C1 (C) Civil Engineering (Structures and Geotechnical)). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years(following a 6 month mobilisation period)with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot C1(C) will be within the range of PS35,000,000 to PS45,000,000 for the 7.5 year duration
Lot C1 (WCS) Civil Engineering (Structures & Geotechnical)Network Rail is looking to appoint a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank within the West Coast South Route area. This is a geographical sub-lot comprising the West Coast South Route area: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the West Coast South Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot C1 (WCS) Civil Engineering (Structures and Geotechnical) in the West Coast South Route in addition to a supplier appointed for the Region (Lot C1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the West Coast South Route area under this lot (lot C1 (WCS) Civil Engineering (Structures and Geotechnical)). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot C1 (WCS) will be within the range of PS35,000,000 to PS45,000,000 for the 7.5 year duration
Lot C2 (NW) BuildingsNetwork Rail is looking to appoint a framework supplier to deliver the buildings workbank across the North West Route area. This is a geographical sub-lot comprising the North West Route area, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category C. The scope of works which Network Rail may require compromise; * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the North West Route. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the value of the works anticipated to be allocated to the successful supplier in the North West Route under this lot (lot C2 (NW) Buildings). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot C2 (NW) will be within the range of PS10,000,000 to PS15,000,000 for the 7.5 year duration.
Lot C2 (C&WCS) BuildingsNetwork Rail is looking to appoint a framework supplier to deliver the buildings workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category C. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the value of works anticipated to be allocated to the successful supplier in the combined Central Route and West Coast South Route area under this lot (lot C2 (C&WCS) Buildings). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years(following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot C2(C&WCS)Buildings will be within the range of PS12,000,000 to PS17,000,000 for the 7.5 year duration
Lot C3 (C&WCS) Power & DistributionNetwork Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank across the combined Central Route and West Coast South areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category C. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design) * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Non-traction distribution asset (e.g. RMU) * DC Switchgear (including HV) * ETE (e.g. TIS, negative bonding) This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the value of works anticipated to be allocated to the successful supplier in the combined Central Route and West Coast South Route areas under this lot (Lot C3 (C&WCS) Power & Distribution). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years(following a 6 month mobilisation period)with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot C3(C&WCS)P&D will be within the range of PS16,000,000 to PS21,000,000 for the 7.5 year duration
Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)Network Rail has appointed two regional framework suppliers to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the Region. The scope of works which Network Rail may require comprises: * Provision of emergency response capability to be able to have an initial on-site presence 7 response not greater than 2hrs notice. * All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: * Emergency - Attend within 2 hours from receipt of order * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two suppliers are required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers are also required to have access to plant hire and material supplies to fulfil this requirement.
Options: The initial term of the framework is 3 years (following a 2 month mobilisation period) with an option, subject to each supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot D1 (R) Civil Engineering (Structures & Geotechnical)Network Rail has appointed two regional framework suppliers to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the Region. The scope of works which Network Rail may require comprises: * All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two suppliers are required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers are also required to have access to plant hire and material supplies to fulfil this requirement.
Options: The initial term of the framework is 3 years (following a 2 month mobilisation period) with an option, subject to each supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot D2 (NW) BuildingsNetwork Rail has appointed three framework suppliers to deliver a proportion of the Buildings minor works and reactive workbank across the North West Route area. This is a geographical sub-lot comprising the North West Route. Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D. The scope of works which Network Rail may require comprises: * Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice. * All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Asbestos management and removal * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment. Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: * Emergency - Attend within 2 hours from receipt of order * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three suppliers are required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers are also required to have access to plant hire and material supplies to fulfil this requirement.
Options: The initial term of the framework is 3 years (following a 2 month mobilisation period) with an option, subject to each supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot D2 (C&WCS) BuildingsNetwork Rail has appointed three framework suppliers to deliver a proportion of the Buildings minor works and reactive workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas. Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D. The scope of works which Network Rail may require comprises: * Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice. * All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Asbestos management and removal * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment. Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: * Emergency - Attend within 2 hours from receipt of order * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three suppliers are required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers are also required to have access to plant hire and material supplies to fulfil this requirement.
Options: The initial term of the framework is 3 years (following a 2 month mobilisation period) with an option, subject to each supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot B1 (R) Civil Engineering (Structures & Geotechnical)Network Rail has appointed a regional framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the North West & Central Region. The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the Region. The successful supplier may be required to deliver works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (Lot B1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route and Lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical) in the combined Central Route and West Coast South Route areas).
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot B1 (NW) Civil Engineering (Structures & Geotechnical)Network Rail has appointed a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank within the North West Route. This is a geographical sub-lot comprising the North West Route. The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the North West Route. The successful supplier may be required to deliver works within the scope of the discipline lot B1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route in addition to a supplier appointed for the Region (Lot B1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot B1 (C&WCS) Civil Engineering (Structures & Geotechnical)Network Rail has appointed a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas. The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. The successful supplier may be required to deliver works within the scope of the discipline lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical) in the Central Route and West Coast South Route in addition to a supplier appointed for the Region (Lot B1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot B2 (R) BuildingsNetwork Rail is looking to appoint a regional framework supplier to deliver a proportion of the buildings workbank across the North West & Central region. The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the Region. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (two suppliers for Lot B2 (NW) Buildings in the North West Route, a supplier for Lot B2 (C) Buildings in the Central Route and a supplier for B2 (WCS) Buildings in the West Coast South Route).
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot B2 (NW) BuildingsNetwork Rail has appointed two framework supplier(s) to deliver a proportion of the buildings workbank within the North West Route. This is a geographical sub-lot comprising the North West Route. The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to two suppliers for the North West Route. The two successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot B2 (NW) Buildings in the North West Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot B2 (C) BuildingsNetwork Rail has appointed a framework supplier to deliver a proportion of the buildings workbank within the Central Route. This is a geographical sub-lot comprising the Central Route. The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the Central Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot B2 (C) Buildings in the Central Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot B2 (WCS) BuildingsNetwork Rail has appointed a framework supplier to deliver a proportion of the buildings workbank within the West Coast Route. This is a geographical sub-lot comprising the West Coast South Route. The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the West Coast South Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot B2 (WCS) Buildings in the West Coast South Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot B3 (R) AC SwitchgearNetwork Rail has appointed a regional framework supplier to deliver the Electrification & Plant: AC Switchgear workbank across the North West & Central region. The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal of: * Major SCADA changes / updates * Feeder station power upgrades (inclusive of TNO/DNO engagement) * OLE related modification associated with the above This lot relates to a single supplier for the Region. The successful supplier may be required to deliver works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route).
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot B3 (NW) Power & DistributionNetwork Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank within the North West Route. This is a geographical sub-lot comprising the North West Route. The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Outdoor CB and switches renewal (e.g. SMOS, TSS, DPD etc) * Major SCADA changes/updates associated with AC protection relay renewal * HV feeder cable replacement and associated route renewal on AC and DC infrastructure * OLE related renewals (e.g. OLE structures) * AC & DC protection relay * DC stage 2 frame leakage installation * AC Switchgear (Refurbishment only) This lot relates to a single supplier for the Work West Route
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot B3 (C&WCS) Power & DistributionNetwork Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank within the Central Route and West Coast South Route. This is a geographical sub-lot comprising the combined Central Route and the West Coast South Route areas. The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Outdoor CB and switches renewal (e.g. SMOS, TSS, DPD etc) * Major SCADA changes/updates associated with AC protection relay renewal * HV feeder cable replacement and associated route renewal on AC and DC infrastructure * OLE related renewals (e.g. OLE structures) * AC & DC protection relay * DC stage 2 frame leakage installation * AC Switchgear (Refurbishment only) This lot relates to a single supplier for the combined Central Route and West Coast South Route areas.
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot B3 (C&WCS LV) Low Voltage Plant & Signalling PowerNetwork Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Low Voltage Plant & Signalling Power workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas. The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Signalling Power cable renewal * Signalling Power (e.g. UPS, Generator, FSP) * Lighting (e.g. Junction, buffer stop, walkway) * Points heating * Pumping systems * DNO This lot relates to a single supplier for the combined Central Route and West Coast South Route areas.
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot C1 (R) Civil Engineering (Structures & Geotechnical)Network Rail has appointed a regional framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the North West & Central Region. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the Region. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (two suppliers for Lot C1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route, a supplier for Lot C1 (C) Civil Engineering (Structures and Geotechnical) in the Central Route and a supplier for Lot C1 (WCS) Civil Engineering (Structures & Geotechnical) in the West Coast South Route).
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot C1 (NW) Civil Engineering (Structures & Geotechnical)Network Rail has appointed two framework suppliers to deliver a proportion of the civil engineering (structures and geotechnical) workbank within the North West Route. This is a geographical sub-lot comprising the North West Route. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to two suppliers for the North West Route. The successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot C1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route in addition to a supplier appointed for the Region (Lot C1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route))
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot C1 (C) Civil Engineering (Structures & Geotechnical)Network Rail has appointed a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the Central Route. This is a geographical sub-lot comprising the Central Route area. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the Central Route . The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot C1 (C) Civil Engineering (Structures and Geotechnical) in the Central Route in addition to a supplier appointed for the Region (Lot C1(R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route))
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot C1 (WCS) Civil Engineering (Structures & Geotechnical)Network Rail has appointed a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the West Coast South Route. This is a geographical sub-lot comprising the West Coast South Route area. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the West Coast South Route . The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot C1 (WCS) Civil Engineering (Structures and Geotechnical) in the West Coast South Route in addition to a supplier appointed for the Region (Lot C1(R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route))
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot C2 (NW) BuildingsNetwork Rail has appointed a framework supplier to deliver the buildings workbank within the North West Route. This is a geographical sub-lot comprising the North West Route. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the North West Route.
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot C2 (C&WCS) BuildingsNetwork Rail has appointed a framework supplier to deliver the buildings workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the combined Central Route and West Coast South Route areas.
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot C3 (C&WCS) Power & DistributionNetwork Rail has appointed a regional framework supplier to deliver the Electrification & Plant: Power & Distribution workbank across the combined Central Route and West Coast South areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas The scope of works which Network Rail may require comprises: * * Implementation (including temporary works design) * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Non-traction distribution asset (e.g. RMU) * DC Switchgear (including HV) * ETE (e.g. TIS, negative bonding) This lot relates to a single supplier for the combined Central Route and West Coast South Route areas.
Options: The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Procurement Information
This notice provides an update to the value of the Framework Category D service agreements entered into by the Participants. Each Participant is a party to a separate agreement with Network Rail which is entered into in accordance with the terms of the originally advertised scope. As part of the original competitive procurement process the Contract Notice stated that the Category D frameworks relate to the delivery of "minor and reactive works" each with a value up to 100k GBP. The estimated total value of the framework was 229,000,000 GBP. The procurement documents made clear that the initial detail provided of the value was an estimation only . The full scope and extent of the relationships between the Participants was clearly detailed in the Contract Notice and in the accompanying procurement documents, and was not linked to or to any extent constrained by the indicative cumulative estimates of value provided. The Contract Award Notice also noted that the estimated total value was based on Network Rail's current forecast of future spend under the frameworks. The Contract Award Notice noted that the values are Network Rail's best estimate based on currently available information, and in particular that any third party spend is not certain at the stage the Contract Award Notice was published. The Contract Award Notice also noted that the final value of the frameworks may be higher or lower. Given the nature of the works required under Framework Category D, and as envisaged by the original procurement documents, the estimated individual value set out in the Contract Notice has to be increased, and so, in the interests of transparency Network Rail publish this voluntary ex ante transparency ("VEAT") notice. Network Rail intend to increase the overall value of the contracts awarded under Framework Category D; and The individual value for each contract awarded under Framework Category D will be subject to a new limit of 300k GBP. It is also currently anticipated that the total value of the procurement (excluding VAT) for the remainder of the initial term of 3 years and optional 2 years' extension per contract may increase to 242,348,077.00 GBP.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-032f1a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/032234-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
38425400 - Structure estimation apparatus
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
45221120 - Viaduct construction work
45221122 - Railway viaduct construction work
45221242 - Railway tunnel construction work
45234000 - Construction work for railways and cable transport systems
45234100 - Railway construction works
45234114 - Railway embankment construction work
45234115 - Railway signalling works
45234116 - Track construction works
45300000 - Building installation work
45315400 - High voltage installation work
45315600 - Low-voltage installation work
50225000 - Railway-track maintenance services
71311230 - Railway engineering services
71320000 - Engineering design services
71322000 - Engineering design services for the construction of civil engineering works
Notice Value(s)
- Tender Value
- £358,000,000 £100M-£1B
- Lots Value
- £991,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Oct 20241 years ago
- Submission Deadline
- 29 Jul 2022Expired
- Future Notice Date
- 20 Apr 1999Expired
- Award Date
- 11 Jan 20242 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Cancelled, Planned
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE LTD
- Contact Name
- Angela Nurse, Sam Allsop
- Contact Email
- angela.nurse@networkrail.co.uk, nw&ccp7procurement@networkrail.co.uk
- Contact Phone
- +44 1908781000
Buyer Location
- Locality
- LONDON
- Postcode
- NW1 2DN
- Post Town
- North West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- Not specified
-
- Local Authority
- Lambeth
- Electoral Ward
- Waterloo & South Bank
- Westminster Constituency
- Vauxhall and Camberwell Green
Further Information
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-h6vhtk-032f1a-2024-10-08T12:51:56+01:00",
"date": "2024-10-08T12:51:56+01:00",
"ocid": "ocds-h6vhtk-032f1a",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-032f1a",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Network Rail North West & Central Region CP7 Frameworks: Framework Category D",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Network Rail has put in place a number of frameworks for Control Period 7 (CP7) for the delivery of capital works in the North West & Central Region. These frameworks are divided into categories and separate Contract Award Notices relate to each of them. On 12 February 2024 Network Rail concluded ten (10) service contracts with the Participants (as defined below) under Framework Category D. Framework Category D relates to the delivery of \"minor and reactive works\" relating to planned, unplanned and cyclical maintenance requirements, with discipline specific lots for Civil Engineering and Buildings, across different geographical areas within the North West & Central Region (the \"Region\"). This notice contains further detail of the ongoing use of Framework Category D in line with the originally advertised scope. The Participants are Amalgamated Construction Ltd, QTS Group Ltd, Construction Marine Ltd, J Murphy & Sons, CK Rail Solutions Ltd and JSS Rail Limited. The scope of works carried out under Framework Category D are: * Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice (Note: Does not apply to all lots, see section II.2 for more detail on each lot) * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements The works to Network Rail's assets may also incorporate inspection, maintenance, repair, partial or whole renewal. Network Rail appointed suppliers to this Framework Category D across two discipline lots and geographical sub-lots as follows: Civil Engineering (Structures & Geotechnical) Lot D1 (O-C) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers Lot D1 (R) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers Buildings Lot D2 (NW) Buildings in North West Route area only: 3 Suppliers Lot D2 (C&WCS) Buildings in combined Central Route and West Coast South Route areas only: 3 Suppliers",
"lots": [
{
"id": "N/A",
"description": "PLEASE NOTE THAT THIS NOTICE IS NOT A CALL FOR COMPETITION. This notice is issued solely for the purpose of the CP7 Market Update Event to provide potential bidders with information about its CP7 objectives, transformation activities and to outline the contracting strategy it intends to adopt. Non-participation in the event shall not prevent any supplier from participating in any future procurement(s). Network Rail is not liable for any costs, fees or expenses incurred by any party participating in this Market Update Event. Network Rail cannot guarantee that it will incorporate all or any feedback received at the event into any subsequent procurement event(s) or that Network Rail will proceed with one or more procurement event(s).",
"status": "planned"
},
{
"id": "1",
"title": "Lot B1 (R) Civil Engineering (Structures & Geotechnical)",
"description": "This award is for the supply of a comprehensive structures remote and non-remote monitoring service to the NW&C region. The services are technically complex and requires the management of NR's infrastructure to maintain and support the continuous operation of a safe railway.",
"value": {
"amount": 65000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B1 (R) will be within the range of PS55,000,000 to PS65,000,000 for the 7.5 year duration."
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Lot B1 (NW) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail is looking to appoint a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank within the North West Route. This is a geographical sub-lot comprising the North West Route: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the North West Route. The successful supplier may be required to deliver works within the scope of the discipline lot B1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route in addition to a supplier appointed for the Region (Lot B1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the North West Route under this lot (lot B1 (NW) Civil Engineering (Structures and Geotechnical)). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 50000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B1 (NW) will be within the range of PS40,000,000 to PS50,000,000 for the 7.5 year duration."
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "3",
"title": "Lot B1 (C&WCS) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail is looking to appoint a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. The successful supplier may be required to deliver works within the scope of the discipline lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical) in the Central Route and West Coast South Route in addition to a supplier appointed for the Region (Lot B1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the combined Central Route and West Coast South Route areas under this lot (lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical)). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 55000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B1 (C&WCS) will be within the range of PS45,000,000 to PS55,000,000 for the 7.5 year duration."
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "4",
"title": "Lot B2 (R) Buildings",
"description": "Network Rail is looking to appoint a regional framework supplier to deliver a proportion of the buildings workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require compromise; * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the Region. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (two suppliers for Lot B2 (NW) Buildings in the North West Route, a supplier for Lot B2 (C) Buildings in the Central Route and a supplier for B2 (WCS) Buildings in the West Coast South Route). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the Region under this lot (lot B2 (R) Buildings). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 75000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B2 (R) Buildings will be within the range of PS65,000,000 to PS75,000,000 for the 7.5 year duration"
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "5",
"title": "Lot B2 (NW) Buildings",
"description": "Network Rail is looking to appoint two framework supplier(s) to deliver a proportion of the buildings workbank within the North West Route. This is a geographical sub-lot comprising the North West Route: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to two suppliers for the North West Route. The two successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot B2 (NW) Buildings in the North West Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in the North West route under this lot (lot B2 (NW) Buildings) would have an estimated anticipated framework value in the range of PS22,500,000 to PS27,500,000. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 55000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B2(NW) Buildings will be within the range of PS45,000,000 to PS55,000,000 for the 7.5 year duration"
},
"secondStage": {
"minimumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "6",
"title": "Lot B2 (C) Buildings",
"description": "Network Rail is looking to appoint a framework supplier to deliver a proportion of the buildings workbank within the Central Route. This is a geographical sub-lot comprising the Central Route: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the Central Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot B2 (C) Buildings in the Central Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the Central Route under this lot (lot B2 (C) Buildings). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 40000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B2(C) Buildings will be within the range of PS30,000,000 to PS40,000,000 for the 7.5 year duration"
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "7",
"title": "Lot B2 (WCS) Buildings",
"description": "Network Rail is looking to appoint a framework supplier to deliver a proportion of the buildings workbank within the West Coast South Route. This is a geographical sub-lot comprising the West Coast South Route: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the West Coast South Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot B2 (WCS) Buildings in the West Coast South Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the West Coast South Route under this lot (lot B2 (WCS) Buildings). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 40000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B2(WCS) Buildings will be within the range of PS30,000,000 to PS40,000,000 for the 7.5 year duration"
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "8",
"title": "Lot B3 (R) AC Switchgear",
"description": "Network Rail is looking to appoint a regional framework supplier to deliver the Electrification & Plant: AC Switchgear workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal of: * Major SCADA changes / updates * Feeder station power upgrades (inclusive of TNO/DNO engagement) * OLE related modification associated with the above This lot relates to a single supplier for the Region. The successful supplier may be required to deliver works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of the works anticipated to be allocated to the successful supplier in the Region under this lot (Lot B3 (R) AC Switchgear). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 65000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years(following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B3(R)AC Switchgear will be within the range of PS55,000,000 to PS65,000,000 for the 7.5 year duration"
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "9",
"title": "Lot B3 (NW) Power & Distribution",
"description": "Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank within the North West Route. This is a geographical sub-lot comprising the North West Route, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category B. The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation, * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Outdoor CB and switches renewal (e.g. SMOS, TSS, DPD etc) * Major SCADA changes/updates associated with AC protection relay renewal * HV feeder cable replacement and associated route renewal on AC and DC infrastructure * OLE related renewals (e.g. OLE structures) * AC & DC protection relay * DC stage 2 frame leakage installation * AC Switchgear (Refurbishment only) This lot relates to a single supplier for the North West Route. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (as set out in the framework agreement). The estimated value stated at Section II.2.6 relates to the value of works anticipated to be allocated to the successful supplier in the North West Route under this lot (B3 (NW) Power & Distribution). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 60000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years(following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B3(NW)P&D will be within the range of PS50,000,000 to PS60,000,000 for the 7.5 year duration"
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "10",
"title": "Lot B3 (C&WCS) Power & Distribution",
"description": "Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank across the combined Central Route and West Coast South areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category B. The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation, * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Outdoor CB and switches renewal (e.g. SMOS, TSS, DPD etc) * Major SCADA changes/updates associated with AC protection relay renewal * HV feeder cable replacement and associated route renewal on AC and DC infrastructure * OLE related renewals (e.g. OLE structures) * AC & DC protection relay * DC stage 2 frame leakage installation * AC Switchgear (Refurbishment only) This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (as set out in the framework agreement). The estimated value stated at Section II.2.6 relates to the value of works anticipated to be allocated to the successful supplier in the combined Central Route and West Coast South Route areas under this lot (Lot B3 (C&WCS) Power & Distribution). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 160000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years(following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B3(C&WCS)P&D will be within the range of PS140,000,000 to PS160,000,000 for the 7.5 year duration"
},
"secondStage": {
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "11",
"title": "Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power",
"description": "Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Low Voltage Plant & Signalling Power workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category B. The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation, * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Signalling Power cable renewal * Signalling Power (e.g. UPS, Generator, FSP) * Lighting (e.g. Junction, buffer stop, walkway) * Points heating * Pumping systems * DNO This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (as set out in the framework agreement). The estimated value stated at Section II.2.6 relates to the value of works anticipated to be allocated to the successful supplier in the combined Central Route and West Coast South Route areas under this lot (Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 30000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot B3 (C&WCS LV) will be within the range of PS20,000,000 to PS30,000,000 for the 7.5 year duration."
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "19",
"title": "Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail is looking to appoint two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice. * All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: * Emergency - Attend within 2 hours from receipt of order * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement. This lot relates to two suppliers for the Region. The two successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot D1 (O-C) Civil Engineering (Structures & Geotechnical) across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the full NW&C Region (North West Route, Central Route and West Coast South Route) in Lot D1 (R) Civil Engineering (Structures and Geotechnical). Network Rail intends to allocate all orders requiring an emergency response (i.e. site attendance within 2 hours of receipt of the order) to the two successful suppliers under Lot D1 (O-C) Civil Engineering (Structures and Geotechnical). Network Rail intends to allocate works to the relevant supplier on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in the region under this lot (lot D1 (O-C) Civil Engineering (Structures and Geotechnical)) would have an estimated anticipated framework value in the range of PS57,500,000 to PS62,500,000. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (36 months) and renewal options (24 months).",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1980
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 3 years (following a 6 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot D1 (O-C) will be within the range of PS115,000,000to PS125,000,000 for the 5.5 year duration."
},
"secondStage": {
"minimumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "20",
"title": "Lot D1 (R) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail is looking to appoint two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) Each order under the framework agreement will be categorised by the Network Rail to detail the required response time as follows: * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement. This lot relates to two suppliers for the Region. The two successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot D1 (R) Civil Engineering (Structures & Geotechnical) across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the full NW&C Region (North West Route, Central Route and West Coast South Route) in Lot D1 (O-C) Civil Engineering (Structures and Geotechnical). Network Rail intends to allocate works to the relevant supplier on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in the region under this lot (lot D1 (R) Civil Engineering (Structures and Geotechnical)) would have an estimated anticipated framework value in the range of PS27,500,000 to PS32,500,000. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (36 months) and renewal options (24 months).",
"value": {
"amount": 65000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1980
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 3 years (following a 6 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot D1 (R) will be within the range of PS55,000,000 to PS65,000,000 for the 5.5 year duration."
},
"secondStage": {
"minimumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "21",
"title": "Lot D2 (NW) Buildings",
"description": "Network Rail is looking to appoint three framework supplier(s) to deliver a proportion of the Buildings minor works and reactive workbank across the North West Route area. This is a geographical sub-lot comprising the North West Route, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D. The scope of works which Network Rail may require comprises: * Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice. * All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Asbestos management and removal * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment. Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: * Emergency - Attend within 2 hours from receipt of order * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement. This lot relates to three suppliers for the North West Route. Network Rail intends to allocate works to the relevant supplier on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the three frameworks awarded in the North West Route under this lot (lot D2 (NW) Buildings) would have an estimated anticipated framework value in the range of PS5,000,000 to PS7,000,000. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (36 months) and renewal options (24 months).",
"value": {
"amount": 21000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1980
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 3 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot D2 (NW) Buildings will be within the range of PS15,000,000 to PS21,000,000 for the 5.5 year duration"
},
"secondStage": {
"minimumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "22",
"title": "Lot D2 (C&WCS) Buildings",
"description": "Network Rail is looking to appoint three framework supplier(s) to deliver a proportion of the Buildings minor works and reactive workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D. The scope of works which Network Rail may require comprises: * Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice. * All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Asbestos management and removal * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment. Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: * Emergency - Attend within 2 hours from receipt of order * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement. This lot relates to three suppliers for the combined Central Route and West Coast South Route areas. Network Rail intends to allocate works to the relevant supplier on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the three frameworks awarded in the combined Central Route and West Coast South Route areas under this lot (lot D2 (C&WCS) Buildings) would have an estimated anticipated framework value in the range of PS4,000,000 to PS6,000,000. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (36 months) and renewal options (24 months).",
"value": {
"amount": 18000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1980
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 3 years (following a 6 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot D2 (C&WCS) will be within the range of PS12,000,000 to PS18,000,000 for the 5.5 year duration"
},
"secondStage": {
"minimumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "12",
"title": "Lot C1 (R) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail is looking to appoint a regional framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the Region. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (two suppliers for Lot C1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route, a supplier for Lot C1 (C) Civil Engineering (Structures and Geotechnical) in the Central Route and a supplier for Lot C1 (WCS) Civil Engineering (Structures & Geotechnical) in the West Coast South Route). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of the works anticipated to be allocated to the successful supplier in the Region under this lot (lot C1 (R) Civil Engineering (Structures and Geotechnical). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 120000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot C1 (R) will be within the range of PS100,000,000 to PS120,000,000 for the 7.5 year duration."
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "13",
"title": "Lot C1 (NW) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail is looking to appoint two framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) workbank within the North West Route. This is a geographical sub-lot comprising the North West Route: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to two suppliers for the North West Route. The successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot C1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route in addition to a supplier appointed for the Region (Lot C1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in the North West route under this lot (lot C1 (NW) Civil Engineering (Structures and Geotechnical)) would have an estimated anticipated framework value in the range of PS42,500,000 to PS47,500,000. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 95000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years(following a 6 month mobilisation period)with an option, subject to each successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot C1(NW) will be within the range of PS85,000,000 to PS95,000,000 for the 7.5 year duration"
},
"secondStage": {
"minimumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "14",
"title": "Lot C1 (C) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail is looking to appoint a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the Central Route area. This is a geographical sub-lot comprising the Central Route area: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the Central Route . The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot C1 (C) Civil Engineering (Structures and Geotechnical) in the Central Route in addition to a supplier appointed for the Region (Lot C1(R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the Central Route area under this lot (lot C1 (C) Civil Engineering (Structures and Geotechnical)). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 45000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years(following a 6 month mobilisation period)with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot C1(C) will be within the range of PS35,000,000 to PS45,000,000 for the 7.5 year duration"
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "15",
"title": "Lot C1 (WCS) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail is looking to appoint a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank within the West Coast South Route area. This is a geographical sub-lot comprising the West Coast South Route area: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the West Coast South Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot C1 (WCS) Civil Engineering (Structures and Geotechnical) in the West Coast South Route in addition to a supplier appointed for the Region (Lot C1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated to the successful supplier in the West Coast South Route area under this lot (lot C1 (WCS) Civil Engineering (Structures and Geotechnical)). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 45000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot C1 (WCS) will be within the range of PS35,000,000 to PS45,000,000 for the 7.5 year duration"
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "16",
"title": "Lot C2 (NW) Buildings",
"description": "Network Rail is looking to appoint a framework supplier to deliver the buildings workbank across the North West Route area. This is a geographical sub-lot comprising the North West Route area, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category C. The scope of works which Network Rail may require compromise; * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the North West Route. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the value of the works anticipated to be allocated to the successful supplier in the North West Route under this lot (lot C2 (NW) Buildings). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 15000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot C2 (NW) will be within the range of PS10,000,000 to PS15,000,000 for the 7.5 year duration."
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "17",
"title": "Lot C2 (C&WCS) Buildings",
"description": "Network Rail is looking to appoint a framework supplier to deliver the buildings workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category C. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the value of works anticipated to be allocated to the successful supplier in the combined Central Route and West Coast South Route area under this lot (lot C2 (C&WCS) Buildings). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 17000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years(following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot C2(C&WCS)Buildings will be within the range of PS12,000,000 to PS17,000,000 for the 7.5 year duration"
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "18",
"title": "Lot C3 (C&WCS) Power & Distribution",
"description": "Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank across the combined Central Route and West Coast South areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category C. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design) * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Non-traction distribution asset (e.g. RMU) * DC Switchgear (including HV) * ETE (e.g. TIS, negative bonding) This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the value of works anticipated to be allocated to the successful supplier in the combined Central Route and West Coast South Route areas under this lot (Lot C3 (C&WCS) Power & Distribution). Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 21000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2700
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years(following a 6 month mobilisation period)with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot C3(C&WCS)P&D will be within the range of PS16,000,000 to PS21,000,000 for the 7.5 year duration"
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "D1 (OC)",
"title": "Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail has appointed two regional framework suppliers to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the Region. The scope of works which Network Rail may require comprises: * Provision of emergency response capability to be able to have an initial on-site presence 7 response not greater than 2hrs notice. * All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: * Emergency - Attend within 2 hours from receipt of order * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two suppliers are required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers are also required to have access to plant hire and material supplies to fulfil this requirement.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework is 3 years (following a 2 month mobilisation period) with an option, subject to each supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "D1 (R)",
"title": "Lot D1 (R) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail has appointed two regional framework suppliers to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the Region. The scope of works which Network Rail may require comprises: * All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two suppliers are required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers are also required to have access to plant hire and material supplies to fulfil this requirement.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework is 3 years (following a 2 month mobilisation period) with an option, subject to each supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "D2 (NW)",
"title": "Lot D2 (NW) Buildings",
"description": "Network Rail has appointed three framework suppliers to deliver a proportion of the Buildings minor works and reactive workbank across the North West Route area. This is a geographical sub-lot comprising the North West Route. Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D. The scope of works which Network Rail may require comprises: * Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice. * All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Asbestos management and removal * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment. Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: * Emergency - Attend within 2 hours from receipt of order * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three suppliers are required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers are also required to have access to plant hire and material supplies to fulfil this requirement.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework is 3 years (following a 2 month mobilisation period) with an option, subject to each supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "D2 (C&WCS)",
"title": "Lot D2 (C&WCS) Buildings",
"description": "Network Rail has appointed three framework suppliers to deliver a proportion of the Buildings minor works and reactive workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas. Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D. The scope of works which Network Rail may require comprises: * Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice. * All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings. * Survey, investigation, and testing * Outline and detailed design (including temporary works) * Implementation * Enabling works for inspections and assessments * Demolition * Asbestos management and removal * Booking of possessions, isolations, and road closures * Statutory consents and permissions * If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment. Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: * Emergency - Attend within 2 hours from receipt of order * Urgent - Attend within 24 hours from receipt of order * Routine - Attend within 7 days from receipt or order * Programmed - As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three suppliers are required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers are also required to have access to plant hire and material supplies to fulfil this requirement.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework is 3 years (following a 2 month mobilisation period) with an option, subject to each supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "B1 (R)",
"title": "Lot B1 (R) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail has appointed a regional framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the North West & Central Region. The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the Region. The successful supplier may be required to deliver works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (Lot B1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route and Lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical) in the combined Central Route and West Coast South Route areas).",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "B1 (NW)",
"title": "Lot B1 (NW) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail has appointed a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank within the North West Route. This is a geographical sub-lot comprising the North West Route. The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the North West Route. The successful supplier may be required to deliver works within the scope of the discipline lot B1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route in addition to a supplier appointed for the Region (Lot B1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "B1 (C&WCS)",
"title": "Lot B1 (C&WCS) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail has appointed a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas. The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. The successful supplier may be required to deliver works within the scope of the discipline lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical) in the Central Route and West Coast South Route in addition to a supplier appointed for the Region (Lot B1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "B2 (R)",
"title": "Lot B2 (R) Buildings",
"description": "Network Rail is looking to appoint a regional framework supplier to deliver a proportion of the buildings workbank across the North West & Central region. The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the Region. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (two suppliers for Lot B2 (NW) Buildings in the North West Route, a supplier for Lot B2 (C) Buildings in the Central Route and a supplier for B2 (WCS) Buildings in the West Coast South Route).",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "B2 (NW)",
"title": "Lot B2 (NW) Buildings",
"description": "Network Rail has appointed two framework supplier(s) to deliver a proportion of the buildings workbank within the North West Route. This is a geographical sub-lot comprising the North West Route. The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to two suppliers for the North West Route. The two successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot B2 (NW) Buildings in the North West Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "B2 (C)",
"title": "Lot B2 (C) Buildings",
"description": "Network Rail has appointed a framework supplier to deliver a proportion of the buildings workbank within the Central Route. This is a geographical sub-lot comprising the Central Route. The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the Central Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot B2 (C) Buildings in the Central Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "B2 (WCS)",
"title": "Lot B2 (WCS) Buildings",
"description": "Network Rail has appointed a framework supplier to deliver a proportion of the buildings workbank within the West Coast Route. This is a geographical sub-lot comprising the West Coast South Route. The scope of works which Network Rail may require comprises: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the West Coast South Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot B2 (WCS) Buildings in the West Coast South Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "B3 (R)",
"title": "Lot B3 (R) AC Switchgear",
"description": "Network Rail has appointed a regional framework supplier to deliver the Electrification & Plant: AC Switchgear workbank across the North West & Central region. The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal of: * Major SCADA changes / updates * Feeder station power upgrades (inclusive of TNO/DNO engagement) * OLE related modification associated with the above This lot relates to a single supplier for the Region. The successful supplier may be required to deliver works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route).",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "B3 (NW)",
"title": "Lot B3 (NW) Power & Distribution",
"description": "Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank within the North West Route. This is a geographical sub-lot comprising the North West Route. The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Outdoor CB and switches renewal (e.g. SMOS, TSS, DPD etc) * Major SCADA changes/updates associated with AC protection relay renewal * HV feeder cable replacement and associated route renewal on AC and DC infrastructure * OLE related renewals (e.g. OLE structures) * AC & DC protection relay * DC stage 2 frame leakage installation * AC Switchgear (Refurbishment only) This lot relates to a single supplier for the Work West Route",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "B3 (C&WCS)",
"title": "Lot B3 (C&WCS) Power & Distribution",
"description": "Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank within the Central Route and West Coast South Route. This is a geographical sub-lot comprising the combined Central Route and the West Coast South Route areas. The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Outdoor CB and switches renewal (e.g. SMOS, TSS, DPD etc) * Major SCADA changes/updates associated with AC protection relay renewal * HV feeder cable replacement and associated route renewal on AC and DC infrastructure * OLE related renewals (e.g. OLE structures) * AC & DC protection relay * DC stage 2 frame leakage installation * AC Switchgear (Refurbishment only) This lot relates to a single supplier for the combined Central Route and West Coast South Route areas.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "B3 (C&WCS LV)",
"title": "Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power",
"description": "Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Low Voltage Plant & Signalling Power workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas. The scope of works which Network Rail may require comprises: * Feasibility * Option selection * Outline and detailed design (including temporary works) * Implementation * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Signalling Power cable renewal * Signalling Power (e.g. UPS, Generator, FSP) * Lighting (e.g. Junction, buffer stop, walkway) * Points heating * Pumping systems * DNO This lot relates to a single supplier for the combined Central Route and West Coast South Route areas.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "C1 (R)",
"title": "Lot C1 (R) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail has appointed a regional framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the North West & Central Region. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the Region. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (two suppliers for Lot C1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route, a supplier for Lot C1 (C) Civil Engineering (Structures and Geotechnical) in the Central Route and a supplier for Lot C1 (WCS) Civil Engineering (Structures & Geotechnical) in the West Coast South Route).",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "C1 (NW)",
"title": "Lot C1 (NW) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail has appointed two framework suppliers to deliver a proportion of the civil engineering (structures and geotechnical) workbank within the North West Route. This is a geographical sub-lot comprising the North West Route. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to two suppliers for the North West Route. The successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot C1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route in addition to a supplier appointed for the Region (Lot C1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route))",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "C1 (C)",
"title": "Lot C1 (C) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail has appointed a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the Central Route. This is a geographical sub-lot comprising the Central Route area. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the Central Route . The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot C1 (C) Civil Engineering (Structures and Geotechnical) in the Central Route in addition to a supplier appointed for the Region (Lot C1(R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route))",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "C1(WCS)",
"title": "Lot C1 (WCS) Civil Engineering (Structures & Geotechnical)",
"description": "Network Rail has appointed a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the West Coast South Route. This is a geographical sub-lot comprising the West Coast South Route area. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Bridges (underbridges, overbridges, footbridges, property rafts) * Viaducts * Tunnels * Walls (boundary, retaining and acoustic barriers) * Drainage including culverts * Structures and works associated with river, coastal and estuarine defences * Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works) * Mining (mine workings, shafts and adits) * Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) This lot relates to a single supplier for the West Coast South Route . The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot C1 (WCS) Civil Engineering (Structures and Geotechnical) in the West Coast South Route in addition to a supplier appointed for the Region (Lot C1(R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route))",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "C2 (NW)",
"title": "Lot C2 (NW) Buildings",
"description": "Network Rail has appointed a framework supplier to deliver the buildings workbank within the North West Route. This is a geographical sub-lot comprising the North West Route. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the North West Route.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "C2 (C&WCS)",
"title": "Lot C2 (C&WCS) Buildings",
"description": "Network Rail has appointed a framework supplier to deliver the buildings workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas. The scope of works which Network Rail may require comprises: * Implementation (including temporary works design and demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed by Network Rail, third party access agreements These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of: * Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators) * Light maintenance depots * Maintenance delivery units * Critical lineside buildings (signal boxes, route operating centres, relay rooms) * Non-critical lineside buildings * Supply chain operations sites * Car parks, footpaths, and hardstanding * Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant) * Equipment and systems contained within the assets listed above, including M&E systems, fire systems. This lot relates to a single supplier for the combined Central Route and West Coast South Route areas.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "C3 (C&WCS)",
"title": "Lot C3 (C&WCS) Power & Distribution",
"description": "Network Rail has appointed a regional framework supplier to deliver the Electrification & Plant: Power & Distribution workbank across the combined Central Route and West Coast South areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas The scope of works which Network Rail may require comprises: * * Implementation (including temporary works design) * Commissioning * Decommissioning and recovery of redundant assets * Hand back into maintenance (including but not limited to record update, providing training and spares) These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of: * Non-traction distribution asset (e.g. RMU) * DC Switchgear (including HV) * ETE (e.g. TIS, negative bonding) This lot relates to a single supplier for the combined Central Route and West Coast South Route areas.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
}
],
"items": [
{
"id": "N/A",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221120",
"description": "Viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "50225000",
"description": "Railway-track maintenance services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "N/A"
},
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38425400",
"description": "Structure estimation apparatus"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route)."
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West Route."
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's Central Route and West Coast South Route."
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (compromising the North West Route, Central Route and West Coast South Route)."
},
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West Route."
},
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's Central Route."
},
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's West Coast South Route."
},
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route)."
},
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West Route."
},
"relatedLot": "9"
},
{
"id": "10",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's combined Central Route and West Coast South Route areas."
},
"relatedLot": "10"
},
{
"id": "11",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's combined Central Route and West Coast South Route areas."
},
"relatedLot": "11"
},
{
"id": "19",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route)."
},
"relatedLot": "19"
},
{
"id": "20",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route)."
},
"relatedLot": "20"
},
{
"id": "21",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West Route."
},
"relatedLot": "21"
},
{
"id": "22",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's Central Route and West Coast South Route areas."
},
"relatedLot": "22"
},
{
"id": "12",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route)."
},
"relatedLot": "12"
},
{
"id": "13",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West Route."
},
"relatedLot": "13"
},
{
"id": "14",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's Central Route."
},
"relatedLot": "14"
},
{
"id": "15",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's West Coast South Route."
},
"relatedLot": "15"
},
{
"id": "16",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West Route."
},
"relatedLot": "16"
},
{
"id": "17",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's Central Route and West Coast South Route areas."
},
"relatedLot": "17"
},
{
"id": "18",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's combined Central Route and West Coast South Route areas."
},
"relatedLot": "18"
},
{
"id": "D1 (OC)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "D1 (OC)",
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route)."
}
},
{
"id": "D1 (R)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "D1 (R)",
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route)."
}
},
{
"id": "D2 (NW)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "D2 (NW)",
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route)."
}
},
{
"id": "D2 (C&WCS)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "D2 (C&WCS)",
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route)."
}
},
{
"id": "B1 (R)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route)."
},
"relatedLot": "B1 (R)"
},
{
"id": "B1 (NW)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West Route."
},
"relatedLot": "B1 (NW)"
},
{
"id": "B1 (C&WCS)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's combined Central Route and West Coast South Route areas."
},
"relatedLot": "B1 (C&WCS)"
},
{
"id": "B2 (R)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route)."
},
"relatedLot": "B2 (R)"
},
{
"id": "B2 (NW)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West Route"
},
"relatedLot": "B2 (NW)"
},
{
"id": "B2 (C)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's Central Route."
},
"relatedLot": "B2 (C)"
},
{
"id": "B2 (WCS)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's West Coast South Route."
},
"relatedLot": "B2 (WCS)"
},
{
"id": "B3 (R)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route)."
},
"relatedLot": "B3 (R)"
},
{
"id": "B3 (NW)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West Route"
},
"relatedLot": "B3 (NW)"
},
{
"id": "B3 (C&WCS)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's combined Central Route and West Coast South Route areas."
},
"relatedLot": "B3 (C&WCS)"
},
{
"id": "B3 (C&WCS LV)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's combined Central Route and West Coast South Route areas."
},
"relatedLot": "B3 (C&WCS LV)"
},
{
"id": "C1 (R)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route)."
},
"relatedLot": "C1 (R)"
},
{
"id": "C1 (NW)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West Route."
},
"relatedLot": "C1 (NW)"
},
{
"id": "C1 (C)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's Central Route."
},
"relatedLot": "C1 (C)"
},
{
"id": "C1(WCS)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's West Coast South Route."
},
"relatedLot": "C1(WCS)"
},
{
"id": "C2 (NW)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West Route"
},
"relatedLot": "C2 (NW)"
},
{
"id": "C2 (C&WCS)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's combined Central Route and West Coast South Route areas."
},
"relatedLot": "C2 (C&WCS)"
},
{
"id": "C3 (C&WCS)",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's combined Central Route and West Coast South Route areas."
},
"relatedLot": "C3 (C&WCS)"
}
],
"communication": {
"futureNoticeDate": "1999-04-21T00:00:00+01:00"
},
"value": {
"amount": 358000000,
"currency": "GBP"
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://www.networkrail.bravosolution.co.uk/",
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-07-29T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 330
}
},
"hasRecurrence": false,
"reviewDetails": "Network Rail will incorporate a minimum 10 calendar day standstill period at the point information on award of the framework agreement is communicated to participants. Appeals must be lodged in accordance with the Utilities Contracts Regulations 2016 (SI 2016 No. 274) as amended.",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "This notice provides an update to the value of the Framework Category D service agreements entered into by the Participants. Each Participant is a party to a separate agreement with Network Rail which is entered into in accordance with the terms of the originally advertised scope. As part of the original competitive procurement process the Contract Notice stated that the Category D frameworks relate to the delivery of \"minor and reactive works\" each with a value up to 100k GBP. The estimated total value of the framework was 229,000,000 GBP. The procurement documents made clear that the initial detail provided of the value was an estimation only . The full scope and extent of the relationships between the Participants was clearly detailed in the Contract Notice and in the accompanying procurement documents, and was not linked to or to any extent constrained by the indicative cumulative estimates of value provided. The Contract Award Notice also noted that the estimated total value was based on Network Rail's current forecast of future spend under the frameworks. The Contract Award Notice noted that the values are Network Rail's best estimate based on currently available information, and in particular that any third party spend is not certain at the stage the Contract Award Notice was published. The Contract Award Notice also noted that the final value of the frameworks may be higher or lower. Given the nature of the works required under Framework Category D, and as envisaged by the original procurement documents, the estimated individual value set out in the Contract Notice has to be increased, and so, in the interests of transparency Network Rail publish this voluntary ex ante transparency (\"VEAT\") notice. Network Rail intend to increase the overall value of the contracts awarded under Framework Category D; and The individual value for each contract awarded under Framework Category D will be subject to a new limit of 300k GBP. It is also currently anticipated that the total value of the procurement (excluding VAT) for the remainder of the initial term of 3 years and optional 2 years' extension per contract may increase to 242,348,077.00 GBP."
},
"parties": [
{
"id": "GB-FTS-448",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd"
},
"address": {
"streetAddress": "1 Eversholt Street",
"locality": "London",
"region": "UK",
"postalCode": "NW1 2DN",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1908781000",
"email": "NW&CCP7Procurement@Networkrail.co.uk",
"url": "https://www.networkrail.bravosolution.co.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.networkrail.com",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-55559",
"name": "see VI.4.3) below",
"identifier": {
"legalName": "see VI.4.3) below"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd"
},
"address": {
"streetAddress": "Waterloo General Offices",
"locality": "London",
"region": "UK",
"postalCode": "SE1 8SW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Sam Allsop",
"telephone": "+44 1908781000",
"email": "NW&CCP7Procurement@Networkrail.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.networkrail.co.uk/",
"buyerProfile": "https://www.networkrail.co.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-77771",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd"
},
"address": {
"streetAddress": "Waterloo General Office",
"locality": "London",
"region": "UK",
"postalCode": "SE1 8SW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Angela Nurse",
"email": "angela.nurse@networkrail.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.networkrail.co.uk/"
}
},
{
"id": "GB-FTS-87262",
"name": "Network Rail",
"identifier": {
"legalName": "Network Rail"
},
"address": {
"streetAddress": "Waterloo General Office",
"locality": "London",
"postalCode": "SE1 8SW",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "angela.nurse@networkrail.co.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.networkrail.co.uk/"
}
},
{
"id": "GB-FTS-11652",
"name": "Amalgamated Construction Ltd",
"identifier": {
"legalName": "Amalgamated Construction Ltd"
},
"address": {
"locality": "Leeds",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-30299",
"name": "QTS Group Ltd",
"identifier": {
"legalName": "QTS Group Ltd"
},
"address": {
"locality": "South Lanarkshire",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104915",
"name": "Construction Marine Ltd",
"identifier": {
"legalName": "Construction Marine Ltd"
},
"address": {
"locality": "Leeds",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104916",
"name": "J Murphy & Sons",
"identifier": {
"legalName": "J Murphy & Sons"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104917",
"name": "CK Rail Solutions Ltd",
"identifier": {
"legalName": "CK Rail Solutions Ltd"
},
"address": {
"locality": "Sheffield",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104918",
"name": "JSS Rail Limited",
"identifier": {
"legalName": "JSS Rail Limited"
},
"address": {
"locality": "St Albans",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-449",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"locality": "London",
"postalCode": "WC2A 1AA",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.judiciary.uk/courts-and-tribunals/high-court/"
}
},
{
"id": "GB-FTS-107648",
"name": "Story Contracting Limited",
"identifier": {
"legalName": "Story Contracting Limited"
},
"address": {
"streetAddress": "Burgh Road Industrial Estate, Carlisle, CA2 7NA",
"locality": "Carlisle",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-107649",
"name": "QTS Group Ltd",
"identifier": {
"legalName": "QTS Group Ltd"
},
"address": {
"streetAddress": "Rench Farm, Drumclog, South Lanarkshire, ML10 6QJ",
"locality": "South Lanarkshire",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-107650",
"name": "J Murphy & Sons Ltd",
"identifier": {
"legalName": "J Murphy & Sons Ltd"
},
"address": {
"streetAddress": "Hiview House, Highgate Road, London NW5 1TN",
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-107651",
"name": "Amalgamated Construction Ltd",
"identifier": {
"legalName": "Amalgamated Construction Ltd"
},
"address": {
"streetAddress": "3175 Century Way, Thorpe Park, Leeds, England, LS15 8ZB",
"locality": "Leeds",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-107652",
"name": "Taziker Industrial Limited",
"identifier": {
"legalName": "Taziker Industrial Limited"
},
"address": {
"streetAddress": "Levens House Ackhurst Business Park, Foxhole Road, Chorley, England, PR7 1NY",
"locality": "Chorley",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-107653",
"name": "Amey Rail Limited",
"identifier": {
"legalName": "Amey Rail Limited"
},
"address": {
"streetAddress": "Chancery Exchange, 10 Furnival Street, London, United Kingdom, EC4A 1AB",
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-495",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody",
"reviewContactPoint"
]
},
{
"id": "GB-FTS-107654",
"name": "Amalgamated Construction Limited",
"identifier": {
"legalName": "Amalgamated Construction Limited"
},
"address": {
"streetAddress": "3175 Century Way, Thorpe Park, Leeds LS15 8ZB",
"locality": "Leeds",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-126263",
"name": "QTS Group Ltd",
"identifier": {
"legalName": "QTS Group Ltd"
},
"address": {
"locality": "South Lancashire",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en",
"description": "NOTE: To register your interest in this notice and obtain any additional information please visit the Find a Tender website: Find a Tender (find-tender.service.gov.uk)",
"awards": [
{
"id": "000928-2024-NWC 21-22 345_B-1",
"relatedLots": [
"1"
],
"title": "Structures Monitoring Framework",
"status": "active"
},
{
"id": "000928-2024-NW&C/ 21-22 345_M-2",
"relatedLots": [
"1"
],
"title": "Structures Monitoring Framework (NW&C)",
"status": "active"
},
{
"id": "004654-2024-1",
"relatedLots": [
"D1 (OC)"
],
"title": "Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-11652",
"name": "Amalgamated Construction Ltd"
}
]
},
{
"id": "004654-2024-2",
"relatedLots": [
"D1 (OC)"
],
"title": "Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-30299",
"name": "QTS Group Ltd"
}
]
},
{
"id": "004654-2024-3",
"relatedLots": [
"D1 (R)"
],
"title": "Lot D1 (R) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-104915",
"name": "Construction Marine Ltd"
}
]
},
{
"id": "004654-2024-4",
"relatedLots": [
"D1 (R)"
],
"title": "Lot D1 (R) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-104916",
"name": "J Murphy & Sons"
}
]
},
{
"id": "004654-2024-5",
"relatedLots": [
"D2 (NW)"
],
"title": "Lot D2 (NW) Buildings",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-11652",
"name": "Amalgamated Construction Ltd"
}
]
},
{
"id": "004654-2024-6",
"relatedLots": [
"D2 (NW)"
],
"title": "Lot D2 (NW) Buildings",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-104917",
"name": "CK Rail Solutions Ltd"
}
]
},
{
"id": "004654-2024-7",
"relatedLots": [
"D2 (NW)"
],
"title": "Lot D2 (NW) Buildings",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-104918",
"name": "JSS Rail Limited"
}
]
},
{
"id": "004654-2024-8",
"relatedLots": [
"D2 (C&WCS)"
],
"title": "Lot D2 (C&WCS) Buildings",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-11652",
"name": "Amalgamated Construction Ltd"
}
]
},
{
"id": "004654-2024-9",
"relatedLots": [
"D2 (C&WCS)"
],
"title": "Lot D2 (C&WCS) Buildings",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-104917",
"name": "CK Rail Solutions Ltd"
}
]
},
{
"id": "004654-2024-10",
"relatedLots": [
"D2 (C&WCS)"
],
"title": "Lot D2 (C&WCS) Buildings",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-104918",
"name": "JSS Rail Limited"
}
]
},
{
"id": "007961-2024-1",
"relatedLots": [
"B1 (R)"
],
"title": "Lot B1 (R) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107648",
"name": "Story Contracting Limited"
}
]
},
{
"id": "007961-2024-2",
"relatedLots": [
"B1 (NW)"
],
"title": "Lot B1 (NW) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107649",
"name": "QTS Group Ltd"
}
]
},
{
"id": "007961-2024-3",
"title": "Lot B1 (C&WCS) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107650",
"name": "J Murphy & Sons Ltd"
}
]
},
{
"id": "007961-2024-4",
"title": "Lot B2 (R) Buildings",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107648",
"name": "Story Contracting Limited"
}
]
},
{
"id": "007961-2024-5",
"title": "Lot B2 (NW) Buildings",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107651",
"name": "Amalgamated Construction Ltd"
}
]
},
{
"id": "007961-2024-6",
"title": "Lot B2 (NW) Buildings",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107650",
"name": "J Murphy & Sons Ltd"
}
]
},
{
"id": "007961-2024-7",
"title": "Lot B2 (C) Buildings",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107650",
"name": "J Murphy & Sons Ltd"
}
]
},
{
"id": "007961-2024-8",
"title": "Lot B2 (WCS) Buildings",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107652",
"name": "Taziker Industrial Limited"
}
]
},
{
"id": "007961-2024-9",
"title": "Lot B3 (R) AC Switchgear",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107653",
"name": "Amey Rail Limited"
}
]
},
{
"id": "007961-2024-10",
"title": "Lot B3 (NW) Power & Distribution",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107653",
"name": "Amey Rail Limited"
}
]
},
{
"id": "007961-2024-11",
"title": "Lot B3 (C&WCS) Power & Distribution",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107653",
"name": "Amey Rail Limited"
}
]
},
{
"id": "007961-2024-12",
"title": "Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107653",
"name": "Amey Rail Limited"
}
]
},
{
"id": "007962-2024-1",
"relatedLots": [
"C1 (R)"
],
"title": "Lot C1 (R) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107654",
"name": "Amalgamated Construction Limited"
}
]
},
{
"id": "007962-2024-2",
"relatedLots": [
"C1 (NW)"
],
"title": "Lot C1 (NW) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107649",
"name": "QTS Group Ltd"
}
]
},
{
"id": "007962-2024-3",
"relatedLots": [
"C1 (NW)"
],
"title": "Lot C1 (NW) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107648",
"name": "Story Contracting Limited"
}
]
},
{
"id": "007962-2024-4",
"relatedLots": [
"C1 (C)"
],
"title": "Lot C1 (C) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107650",
"name": "J Murphy & Sons Ltd"
}
]
},
{
"id": "007962-2024-5",
"relatedLots": [
"C1(WCS)"
],
"title": "Lot C1 (WCS) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107650",
"name": "J Murphy & Sons Ltd"
}
]
},
{
"id": "007962-2024-6",
"relatedLots": [
"C2 (NW)"
],
"title": "Lot C2 (NW) Buildings",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107651",
"name": "Amalgamated Construction Ltd"
}
]
},
{
"id": "007962-2024-7",
"relatedLots": [
"C2 (C&WCS)"
],
"title": "Lot C2 (C&WCS) Buildings",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107650",
"name": "J Murphy & Sons Ltd"
}
]
},
{
"id": "007962-2024-8",
"relatedLots": [
"C3 (C&WCS)"
],
"title": "Lot C3 (C&WCS) Power & Distribution",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107653",
"name": "Amey Rail Limited"
}
]
},
{
"id": "032234-2024-1",
"title": "Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-11652",
"name": "Amalgamated Construction Ltd"
}
]
},
{
"id": "032234-2024-2",
"title": "Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-126263",
"name": "QTS Group Ltd"
}
]
},
{
"id": "032234-2024-3",
"relatedLots": [
"D1 (R)"
],
"title": "Lot D1 (R) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104915",
"name": "Construction Marine Ltd"
}
]
},
{
"id": "032234-2024-4",
"relatedLots": [
"D1 (R)"
],
"title": "Lot D1 (R) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104916",
"name": "J Murphy & Sons"
}
]
},
{
"id": "032234-2024-5",
"relatedLots": [
"D2 (NW)"
],
"title": "Lot D2 (NW) Buildings",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-11652",
"name": "Amalgamated Construction Ltd"
}
]
},
{
"id": "032234-2024-6",
"relatedLots": [
"D2 (NW)"
],
"title": "Lot D2 (NW) Buildings",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104917",
"name": "CK Rail Solutions Ltd"
}
]
},
{
"id": "032234-2024-7",
"relatedLots": [
"D2 (NW)"
],
"title": "Lot D2 (NW) Buildings",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104918",
"name": "JSS Rail Limited"
}
]
},
{
"id": "032234-2024-8",
"relatedLots": [
"D2 (C&WCS)"
],
"title": "Lot D2 (C&WCS) Buildings",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-11652",
"name": "Amalgamated Construction Ltd"
}
]
},
{
"id": "032234-2024-9",
"relatedLots": [
"D2 (C&WCS)"
],
"title": "Lot D2 (C&WCS) Buildings",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104917",
"name": "CK Rail Solutions Ltd"
}
]
},
{
"id": "032234-2024-10",
"relatedLots": [
"D2 (C&WCS)"
],
"title": "Lot D2 (C&WCS) Buildings",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104918",
"name": "JSS Rail Limited"
}
]
}
],
"contracts": [
{
"id": "000928-2024-NWC 21-22 345_B-1",
"awardID": "000928-2024-NWC 21-22 345_B-1",
"title": "Structures Monitoring Framework",
"status": "active",
"dateSigned": "2024-01-11T00:00:00Z"
},
{
"id": "000928-2024-NW&C/ 21-22 345_M-2",
"awardID": "000928-2024-NW&C/ 21-22 345_M-2",
"title": "Structures Monitoring Framework (NW&C)",
"status": "active",
"dateSigned": "2024-01-11T00:00:00Z"
},
{
"id": "004654-2024-1",
"awardID": "004654-2024-1",
"title": "Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-01-12T00:00:00Z"
},
{
"id": "004654-2024-2",
"awardID": "004654-2024-2",
"title": "Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-01-12T00:00:00Z"
},
{
"id": "004654-2024-3",
"awardID": "004654-2024-3",
"title": "Lot D1 (R) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-01-12T00:00:00Z"
},
{
"id": "004654-2024-4",
"awardID": "004654-2024-4",
"title": "Lot D1 (R) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-01-12T00:00:00Z"
},
{
"id": "004654-2024-5",
"awardID": "004654-2024-5",
"title": "Lot D2 (NW) Buildings",
"status": "active",
"dateSigned": "2024-01-12T00:00:00Z"
},
{
"id": "004654-2024-6",
"awardID": "004654-2024-6",
"title": "Lot D2 (NW) Buildings",
"status": "active",
"dateSigned": "2024-02-07T00:00:00Z"
},
{
"id": "004654-2024-7",
"awardID": "004654-2024-7",
"title": "Lot D2 (NW) Buildings",
"status": "active",
"dateSigned": "2024-01-12T00:00:00Z"
},
{
"id": "004654-2024-8",
"awardID": "004654-2024-8",
"title": "Lot D2 (C&WCS) Buildings",
"status": "active",
"dateSigned": "2024-01-12T00:00:00Z"
},
{
"id": "004654-2024-9",
"awardID": "004654-2024-9",
"title": "Lot D2 (C&WCS) Buildings",
"status": "active",
"dateSigned": "2024-02-07T00:00:00Z"
},
{
"id": "004654-2024-10",
"awardID": "004654-2024-10",
"title": "Lot D2 (C&WCS) Buildings",
"status": "active",
"dateSigned": "2024-01-12T00:00:00Z"
},
{
"id": "007961-2024-1",
"awardID": "007961-2024-1",
"title": "Lot B1 (R) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-02-07T00:00:00Z"
},
{
"id": "007961-2024-2",
"awardID": "007961-2024-2",
"title": "Lot B1 (NW) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-02-07T00:00:00Z"
},
{
"id": "007961-2024-3",
"awardID": "007961-2024-3",
"title": "Lot B1 (C&WCS) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-03-12T00:00:00Z"
},
{
"id": "007961-2024-4",
"awardID": "007961-2024-4",
"title": "Lot B2 (R) Buildings",
"status": "active",
"dateSigned": "2024-02-07T00:00:00Z"
},
{
"id": "007961-2024-5",
"awardID": "007961-2024-5",
"title": "Lot B2 (NW) Buildings",
"status": "active",
"dateSigned": "2024-02-07T00:00:00Z"
},
{
"id": "007961-2024-6",
"awardID": "007961-2024-6",
"title": "Lot B2 (NW) Buildings",
"status": "active",
"dateSigned": "2024-03-12T00:00:00Z"
},
{
"id": "007961-2024-7",
"awardID": "007961-2024-7",
"title": "Lot B2 (C) Buildings",
"status": "active",
"dateSigned": "2024-03-12T00:00:00Z"
},
{
"id": "007961-2024-8",
"awardID": "007961-2024-8",
"title": "Lot B2 (WCS) Buildings",
"status": "active",
"dateSigned": "2024-02-07T00:00:00Z"
},
{
"id": "007961-2024-9",
"awardID": "007961-2024-9",
"title": "Lot B3 (R) AC Switchgear",
"status": "active",
"dateSigned": "2024-02-23T00:00:00Z"
},
{
"id": "007961-2024-10",
"awardID": "007961-2024-10",
"title": "Lot B3 (NW) Power & Distribution",
"status": "active",
"dateSigned": "2024-02-23T00:00:00Z"
},
{
"id": "007961-2024-11",
"awardID": "007961-2024-11",
"title": "Lot B3 (C&WCS) Power & Distribution",
"status": "active",
"dateSigned": "2024-02-23T00:00:00Z"
},
{
"id": "007961-2024-12",
"awardID": "007961-2024-12",
"title": "Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power",
"status": "active",
"dateSigned": "2024-02-23T00:00:00Z"
},
{
"id": "007962-2024-1",
"awardID": "007962-2024-1",
"title": "Lot C1 (R) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-02-07T00:00:00Z"
},
{
"id": "007962-2024-2",
"awardID": "007962-2024-2",
"title": "Lot C1 (NW) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-02-07T00:00:00Z"
},
{
"id": "007962-2024-3",
"awardID": "007962-2024-3",
"title": "Lot C1 (NW) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-02-07T00:00:00Z"
},
{
"id": "007962-2024-4",
"awardID": "007962-2024-4",
"title": "Lot C1 (C) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-03-12T00:00:00Z"
},
{
"id": "007962-2024-5",
"awardID": "007962-2024-5",
"title": "Lot C1 (WCS) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-03-12T00:00:00Z"
},
{
"id": "007962-2024-6",
"awardID": "007962-2024-6",
"title": "Lot C2 (NW) Buildings",
"status": "active",
"dateSigned": "2024-02-07T00:00:00Z"
},
{
"id": "007962-2024-7",
"awardID": "007962-2024-7",
"title": "Lot C2 (C&WCS) Buildings",
"status": "active",
"dateSigned": "2024-03-12T00:00:00Z"
},
{
"id": "007962-2024-8",
"awardID": "007962-2024-8",
"title": "Lot C3 (C&WCS) Power & Distribution",
"status": "active",
"dateSigned": "2024-02-23T00:00:00Z"
},
{
"id": "032234-2024-1",
"awardID": "032234-2024-1",
"title": "Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-02-12T00:00:00Z"
},
{
"id": "032234-2024-2",
"awardID": "032234-2024-2",
"title": "Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-02-12T00:00:00Z"
},
{
"id": "032234-2024-3",
"awardID": "032234-2024-3",
"title": "Lot D1 (R) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-02-12T00:00:00Z"
},
{
"id": "032234-2024-4",
"awardID": "032234-2024-4",
"title": "Lot D1 (R) Civil Engineering (Structures & Geotechnical)",
"status": "active",
"dateSigned": "2024-02-12T00:00:00Z"
},
{
"id": "032234-2024-5",
"awardID": "032234-2024-5",
"title": "Lot D2 (NW) Buildings",
"status": "active",
"dateSigned": "2024-02-12T00:00:00Z"
},
{
"id": "032234-2024-6",
"awardID": "032234-2024-6",
"title": "Lot D2 (NW) Buildings",
"status": "active",
"dateSigned": "2024-02-12T00:00:00Z"
},
{
"id": "032234-2024-7",
"awardID": "032234-2024-7",
"title": "Lot D2 (NW) Buildings",
"status": "active",
"dateSigned": "2024-02-12T00:00:00Z"
},
{
"id": "032234-2024-8",
"awardID": "032234-2024-8",
"title": "Lot D2 (C&WCS) Buildings",
"status": "active",
"dateSigned": "2024-02-12T00:00:00Z"
},
{
"id": "032234-2024-9",
"awardID": "032234-2024-9",
"title": "Lot D2 (C&WCS) Buildings",
"status": "active",
"dateSigned": "2024-02-12T00:00:00Z"
},
{
"id": "032234-2024-10",
"awardID": "032234-2024-10",
"title": "Lot D2 (C&WCS) Buildings",
"status": "active",
"dateSigned": "2024-02-12T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "3",
"measure": "bids",
"relatedLot": "D1 (OC)",
"value": 6
},
{
"id": "4",
"measure": "bids",
"relatedLot": "D1 (OC)",
"value": 6
},
{
"id": "5",
"measure": "bids",
"relatedLot": "D1 (R)",
"value": 5
},
{
"id": "6",
"measure": "bids",
"relatedLot": "D1 (R)",
"value": 5
},
{
"id": "7",
"measure": "bids",
"relatedLot": "D2 (NW)",
"value": 9
},
{
"id": "8",
"measure": "bids",
"relatedLot": "D2 (NW)",
"value": 9
},
{
"id": "9",
"measure": "bids",
"relatedLot": "D2 (NW)",
"value": 9
},
{
"id": "10",
"measure": "bids",
"relatedLot": "D2 (C&WCS)",
"value": 6
},
{
"id": "11",
"measure": "bids",
"relatedLot": "D2 (C&WCS)",
"value": 6
},
{
"id": "12",
"measure": "bids",
"relatedLot": "D2 (C&WCS)",
"value": 6
},
{
"id": "13",
"measure": "bids",
"relatedLot": "B1 (R)",
"value": 3
},
{
"id": "14",
"measure": "bids",
"relatedLot": "B1 (NW)",
"value": 3
},
{
"id": "15",
"measure": "bids",
"value": 5
},
{
"id": "16",
"measure": "bids",
"value": 5
},
{
"id": "17",
"measure": "bids",
"value": 7
},
{
"id": "18",
"measure": "bids",
"value": 7
},
{
"id": "19",
"measure": "bids",
"value": 4
},
{
"id": "20",
"measure": "bids",
"value": 4
},
{
"id": "21",
"measure": "bids",
"value": 4
},
{
"id": "22",
"measure": "bids",
"value": 4
},
{
"id": "23",
"measure": "bids",
"value": 3
},
{
"id": "24",
"measure": "bids",
"value": 5
},
{
"id": "25",
"measure": "bids",
"relatedLot": "C1 (R)",
"value": 4
},
{
"id": "26",
"measure": "bids",
"relatedLot": "C1 (NW)",
"value": 10
},
{
"id": "27",
"measure": "bids",
"relatedLot": "C1 (NW)",
"value": 10
},
{
"id": "28",
"measure": "bids",
"relatedLot": "C1 (C)",
"value": 5
},
{
"id": "29",
"measure": "bids",
"relatedLot": "C1(WCS)",
"value": 4
},
{
"id": "30",
"measure": "bids",
"relatedLot": "C2 (NW)",
"value": 5
},
{
"id": "31",
"measure": "bids",
"relatedLot": "C2 (C&WCS)",
"value": 3
},
{
"id": "32",
"measure": "bids",
"relatedLot": "C3 (C&WCS)",
"value": 3
}
]
}
}