Notice Information
Notice Title
Network Rail Eastern Routes Partnership Framework
Notice Description
Network Rail Infrastructure Ltd (NR) has sought Partners to appoint to the Eastern Routes Partnership (ERP) framework. The ERP is the main route to market for the Eastern Region to support the delivery of projects under NR's Strategic Business Plan (SBP), as well as other projects with a core technical discipline. The geographical scope of the ERP is the Eastern Region. (https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/). The initial term of the ERP is 5 years (plus a 2 month mobilisation) with an option to extend the ERP by yearly increments up to a further 5 years. The ERP comprises two levels: Generalist and Specialist. The process for allocating projects is set out at Section VI.3. NR has actively encouraged SMEs, new entrants and/or discipline experts to participate in the process for the Specialist level. For the Generalist level, NR has engaged suppliers able to take on projects with increased complexity/stakeholder management, which possess the ability to deliver the volumes required against the desired unit rates to deliver the SBP. The values for each Lot are estimates only, based on SBP budgets rather than delivery plan values. As such, they are not guaranteed and do not act as a minimum or maximum workbank value for the control period nor a guarantee as to volume split of work-type. A Partnership Agreement sits alongside the ERP and comprises NR and the Generalist contractors. Specialist contractors may join the Partnership if the ERP is extended beyond the initial 5 years. The core Partnership aims are to: a) create a collaborative environment; b) hold NR and all Partner-contractors to account; and c) undertake the efficiency challenge in delivering the ERP workbank safely. The ERP includes a pain-gain incentive mechanism, based on the difference between the Annual Actual Cost and the Annual Project Target cost. The Annual Project Target Costs are all derived from the Client's budget. A Portfolio Incentivisation Fund will also be set up at a Partnership Level, distributing savings across Partner-contractors.
Lot Information
Lot 1
Supplier briefing event to share indicative plans across the region for future procurement activities and key strategic themes. Whilst there will not be an opportunity to ask questions during the event, please feel free to submit a question in advance which NR may or may not (at its discretion) be able to cover in the briefing. As a reminder, this is not a call for competition.
Lot 1A Generalist Buildings & CivilsThe scope of work type to be delivered includes but not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 1B Specialist StructuresThe scope of work type to be delivered is Primarily that of Structures and associated works but may also include and not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works Could include Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 1C Specialist GeotechnicalThe scope of work type to be delivered is Primarily that of Geotechnical and associated works but may also include and not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works Optional Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 2A Generalist Signaling and TelecomsThe scope of work type to be delivered includes but not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signaling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 2B Specialist SignalingThe scope of work type to be delivered is Primarily that of Signaling and associated works but may also include and not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signaling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 2C Specialist TelecomsThe scope of work type to be delivered is Primarily that of Telecommunications and associated works but may also include and not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signalling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 3A Generalist Contact SystemsThe scope of work type to be delivered includes but not limited to the following:- AC/DC contact systems works for: Structure renewal & refurbishment. Geotechnical assessment. Overhead Line Equipment (OLE) campaign changes (rectification of known issues). OLE re-wire. Crossover/Section insulator replacement (including potential re-design if required). Section insulator replacement. Mid-life refurbishment. Neutral section replacement (including carrier wire style neutral section design & installation). Solid conductor beam refurbishment (& bonding). OLE switch replacement. Ancillary conductor re-wire. Other Items included in the Scope: Forensic analysis (root cause analysis of failures). Isolation instructions and/or isolation diagram corrections, correlation and reviews . Legacy equipment renewal (design knowledge required) this includes Mechanically Independent Registration and any conversion of headspans. Survey e.g. drone, point cloud, etc. for structures. Tunnel renewals (fixed overhead line equipment, steelwork). Mitigations at reduced clearance locations (flashover mitigations). Traction bonding renewal. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 3B Specialist Contact SystemsThe scope of work type to be delivered includes but not limited to the following:- AC/DC contact systems works for: Structure renewal & refurbishment. Geotechnical assessment. Overhead Line Equipment (OLE) campaign changes (rectification of known issues). OLE re-wire. Crossover/Section insulator replacement (including potential re-design if required). Section insulator replacement. Mid-life refurbishment. Neutral section replacement (including carrier wire style neutral section design & installation). Solid conductor beam refurbishment (& bonding). OLE switch replacement. Ancillary conductor re-wire. Other Items included in the Scope: Forensic analysis (root cause analysis of failures). Isolation instructions and/or isolation diagram corrections, correlation and reviews . Legacy equipment renewal (design knowledge required) this includes Mechanically Independent Registration and any conversion of headspans. Survey e.g. drone, point cloud, etc. for structures. Tunnel renewals (fixed overhead line equipment, steelwork). Mitigations at reduced clearance locations (flashover mitigations). Traction bonding renewal. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 4A Generalist Distribution & PlantThe scope of work type to be delivered includes but not limited to the following:- HV traction distribution works for: HV Substation Renewal/Refurbishment. SCADA modifications inc control room updates. OLE power connections (switch relocation / redesign). Traction derived signalling power supplies. Signalling power works for replacement of signalling power supply equipment Lighting and associated LV distribution works for: Walkway lighting and columns. Operational lighting (buffer stops etc.). Rail yard lighting and columns. Tunnel lighting. Level crossing CCTV and lighting. Other works: Lineside operational equipment and monitoring (Wheelchex/Panchex, etc). Drainage pumps and associated equipment. Low voltage and control equipment. Points heating. Control Centre power resilience. Swing bridge controls replacement. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 4B Specialist Distribution & PlantThe scope of work type to be delivered includes but not limited to the following:- HV traction distribution works for: HV Substation Renewal/Refurbishment. SCADA modifications inc control room updates. OLE power connections (switch relocation / redesign). Traction derived signalling power supplies. Signalling power works for replacement of signalling power supply equipment Lighting and associated LV distribution works for: Walkway lighting and columns. Operational lighting (buffer stops etc.). Rail yard lighting and columns. Tunnel lighting. Level crossing CCTV and lighting. Other works: Lineside operational equipment and monitoring (Wheelchex/Panchex, etc). Drainage pumps and associated equipment. Low voltage and control equipment. Points heating. Control Centre power resilience. Swing bridge controls replacement. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 1A Generalist Buildings & CivilsThe scope of work type to be delivered includes but not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works. Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works. Geotechnical works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 1B Specialist StructuresThe scope of work type to be delivered is Primarily that of Structures and associated works but may also include and not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works. Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works. Could include Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 1C Specialist GeotechnicalThe scope of work type to be delivered is Primarily that of Geotechnical and associated works but may also include and not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works. Optional Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works. Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 2A Generalist Signalling and TelecomsThe scope of work type to be delivered includes but not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signaling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 2B Specialist SignalingThe scope of work type to be delivered is Primarily that of Signaling and associated works but may also include and not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signaling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 2C Specialist TelecomsThe scope of work type to be delivered is Primarily that of Telecommunications and associated works but may also include and not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signalling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 3A Generalist Contact SystemsThe scope of work type to be delivered includes but not limited to the following:- AC/DC contact systems works for: Structure renewal & refurbishment. Geotechnical assessment. Overhead Line Equipment (OLE) campaign changes (rectification of known issues). OLE re-wire. Crossover/Section insulator replacement (including potential re-design if required). Section insulator replacement. Mid-life refurbishment. Neutral section replacement (including carrier wire style neutral section design & installation). Solid conductor beam refurbishment (& bonding). OLE switch replacement. Ancillary conductor re-wire. Other Items included in the Scope: Forensic analysis (root cause analysis of failures). Isolation instructions and/or isolation diagram corrections, correlation and reviews . Legacy equipment renewal (design knowledge required) this includes Mechanically Independent Registration and any conversion of headspans. Survey e.g. drone, point cloud, etc. for structures. Tunnel renewals (fixed overhead line equipment, steelwork). Mitigations at reduced clearance locations (flashover mitigations). Traction bonding renewal. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 3B Specialist Contact SystemsThe scope of work type to be delivered includes but not limited to the following:- AC/DC contact systems works for: Structure renewal & refurbishment. Geotechnical assessment. Overhead Line Equipment (OLE) campaign changes (rectification of known issues). OLE re-wire. Crossover/Section insulator replacement (including potential re-design if required). Section insulator replacement. Mid-life refurbishment. Neutral section replacement (including carrier wire style neutral section design & installation). Solid conductor beam refurbishment (& bonding). OLE switch replacement. Ancillary conductor re-wire. Other Items included in the Scope: Forensic analysis (root cause analysis of failures). Isolation instructions and/or isolation diagram corrections, correlation and reviews . Legacy equipment renewal (design knowledge required) this includes Mechanically Independent Registration and any conversion of headspans. Survey e.g. drone, point cloud, etc. for structures. Tunnel renewals (fixed overhead line equipment, steelwork). Mitigations at reduced clearance locations (flashover mitigations). Traction bonding renewal. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 4A Generalist Distribution & PlantThe scope of work type to be delivered includes but not limited to the following:- HV traction distribution works for: HV Substation Renewal/Refurbishment. SCADA modifications inc control room updates. OLE power connections (switch relocation / redesign). Traction derived signalling power supplies. Signalling power works for replacement of signalling power supply equipment Lighting and associated LV distribution works for: Walkway lighting and columns. Operational lighting (buffer stops etc.). Rail yard lighting and columns. Tunnel lighting. Level crossing CCTV and lighting. Other works: Lineside operational equipment and monitoring (Wheelchex/Panchex, etc). Drainage pumps and associated equipment. Low voltage and control equipment. Points heating. Control Centre power resilience. Swing bridge controls replacement. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Lot 4B Specialist Distribution & PlantThe scope of work type to be delivered includes but not limited to the following:- HV traction distribution works for: HV Substation Renewal/Refurbishment. SCADA modifications inc control room updates. OLE power connections (switch relocation / redesign). Traction derived signalling power supplies. Signalling power works for replacement of signalling power supply equipment Lighting and associated LV distribution works for: Walkway lighting and columns. Operational lighting (buffer stops etc.). Rail yard lighting and columns. Tunnel lighting. Level crossing CCTV and lighting. Other works: Lineside operational equipment and monitoring (Wheelchex/Panchex, etc). Drainage pumps and associated equipment. Low voltage and control equipment. Points heating. Control Centre power resilience. Swing bridge controls replacement. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
Options: The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03ad6c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028599-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
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
45232210 - Overhead line construction
45232332 - Ancillary works for telecommunications
45234000 - Construction work for railways and cable transport systems
45234115 - Railway signalling works
45234116 - Track construction works
45300000 - Building installation work
45314000 - Installation of telecommunications equipment
45315400 - High voltage installation work
45315600 - Low-voltage installation work
45317300 - Electrical installation work of electrical distribution apparatus
71311230 - Railway engineering services
71332000 - Geotechnical engineering services
Notice Value(s)
- Tender Value
- £3,500,000,000 £1B-£10B
- Lots Value
- £3,447,250,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- £3,305,000,000 £1B-£10B
Notice Dates
- Publication Date
- 6 Sep 20241 years ago
- Submission Deadline
- 2 Jun 2023Expired
- Future Notice Date
- 8 Mar 2023Expired
- Award Date
- 23 May 20241 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
- Megan Stirrup
- Contact Email
- megan.stirrup@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
Notice URLs
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-03ad6c-2024-09-06T12:48:14+01:00",
"date": "2024-09-06T12:48:14+01:00",
"ocid": "ocds-h6vhtk-03ad6c",
"description": "The ERP has been scoped to take into account the priorities of NR relating to economic, social and environmental well-being. These priorities are described in the procurement documents. Projects will be allocated annually. Projects will first be allocated to the Generalist of Specialist level. Projects will then be allocated between contractors (where there is more than one at that level) and will be based on ensuring an equitable allocation of relevant projects for the year between contractors. This will be based on the following 3 factors: (a) Value in monetary terms based on the budget available for of Projects. (b) Risk profile of Projects (as assessed by the Client and being the risk attendant to the relevant Generalist Contractor for each Project) such as stakeholder requirements, consents requirements, access and site conditions/ restrictions, programme restrictions, design complexity and external interfaces for example. (c) Where applicable, Development Projects' Client Priority Levels. The share of work which a contractor is entitled to can be reduced by up to 25% based on KPI performance. Additional information for section IV.1.3) Extended term is necessary due to: Upfront Investment: The extended contract duration is required to provide sufficient time for suppliers to recoup the upfront investment expected to expedite the establishment of a fully functioning partnership delivery model. Cultural/Organisational Alignment: Sophisticated alliance/partnership models require embedded cultural and people alignment that can only be achieved over a longer period through relationship management and coaching. Programme Flexibility: Political and budgetary changes will require flexibility over the term to achieve programme outcomes. A 10 year term enables maximum flexibility to manage scheme and budget adjustments. Working Practices: The new delivery model will represent a change in Network Rail working practices and procedures. An increased term will enable Network Rail to embed the necessary step change in maturity working in collaboration with the Partners to achieve the required outcomes. Standardisation: A longer term contract is essential to realise primary benefit of design standardisation, requiring investment in time, resource and lessons learned. Skills Shortage: Infrastructure spend in the UK is forecasted to increase in the next 10 years. In parallel the industry is seeing skills and resource shortages.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03ad6c",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Network Rail Eastern Routes Partnership Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Network Rail Infrastructure Ltd (NR) has sought Partners to appoint to the Eastern Routes Partnership (ERP) framework. The ERP is the main route to market for the Eastern Region to support the delivery of projects under NR's Strategic Business Plan (SBP), as well as other projects with a core technical discipline. The geographical scope of the ERP is the Eastern Region. (https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/). The initial term of the ERP is 5 years (plus a 2 month mobilisation) with an option to extend the ERP by yearly increments up to a further 5 years. The ERP comprises two levels: Generalist and Specialist. The process for allocating projects is set out at Section VI.3. NR has actively encouraged SMEs, new entrants and/or discipline experts to participate in the process for the Specialist level. For the Generalist level, NR has engaged suppliers able to take on projects with increased complexity/stakeholder management, which possess the ability to deliver the volumes required against the desired unit rates to deliver the SBP. The values for each Lot are estimates only, based on SBP budgets rather than delivery plan values. As such, they are not guaranteed and do not act as a minimum or maximum workbank value for the control period nor a guarantee as to volume split of work-type. A Partnership Agreement sits alongside the ERP and comprises NR and the Generalist contractors. Specialist contractors may join the Partnership if the ERP is extended beyond the initial 5 years. The core Partnership aims are to: a) create a collaborative environment; b) hold NR and all Partner-contractors to account; and c) undertake the efficiency challenge in delivering the ERP workbank safely. The ERP includes a pain-gain incentive mechanism, based on the difference between the Annual Actual Cost and the Annual Project Target cost. The Annual Project Target Costs are all derived from the Client's budget. A Portfolio Incentivisation Fund will also be set up at a Partnership Level, distributing savings across Partner-contractors.",
"value": {
"amount": 3500000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Supplier briefing event to share indicative plans across the region for future procurement activities and key strategic themes. Whilst there will not be an opportunity to ask questions during the event, please feel free to submit a question in advance which NR may or may not (at its discretion) be able to cover in the briefing. As a reminder, this is not a call for competition.",
"status": "planned"
},
{
"id": "1a",
"title": "Lot 1A Generalist Buildings & Civils",
"description": "The scope of work type to be delivered includes but not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"value": {
"amount": 1284000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "active"
},
{
"id": "1b",
"title": "Lot 1B Specialist Structures",
"description": "The scope of work type to be delivered is Primarily that of Structures and associated works but may also include and not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works Could include Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"value": {
"amount": 72250000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "active"
},
{
"id": "1c",
"title": "Lot 1C Specialist Geotechnical",
"description": "The scope of work type to be delivered is Primarily that of Geotechnical and associated works but may also include and not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works Optional Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"value": {
"amount": 64000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "active"
},
{
"id": "2a",
"title": "Lot 2A Generalist Signaling and Telecoms",
"description": "The scope of work type to be delivered includes but not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signaling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"value": {
"amount": 852000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "active"
},
{
"id": "2b",
"title": "Lot 2B Specialist Signaling",
"description": "The scope of work type to be delivered is Primarily that of Signaling and associated works but may also include and not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signaling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"value": {
"amount": 88500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "active"
},
{
"id": "2c",
"title": "Lot 2C Specialist Telecoms",
"description": "The scope of work type to be delivered is Primarily that of Telecommunications and associated works but may also include and not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signalling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"value": {
"amount": 70000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "active"
},
{
"id": "3a",
"title": "Lot 3A Generalist Contact Systems",
"description": "The scope of work type to be delivered includes but not limited to the following:- AC/DC contact systems works for: Structure renewal & refurbishment. Geotechnical assessment. Overhead Line Equipment (OLE) campaign changes (rectification of known issues). OLE re-wire. Crossover/Section insulator replacement (including potential re-design if required). Section insulator replacement. Mid-life refurbishment. Neutral section replacement (including carrier wire style neutral section design & installation). Solid conductor beam refurbishment (& bonding). OLE switch replacement. Ancillary conductor re-wire. Other Items included in the Scope: Forensic analysis (root cause analysis of failures). Isolation instructions and/or isolation diagram corrections, correlation and reviews . Legacy equipment renewal (design knowledge required) this includes Mechanically Independent Registration and any conversion of headspans. Survey e.g. drone, point cloud, etc. for structures. Tunnel renewals (fixed overhead line equipment, steelwork). Mitigations at reduced clearance locations (flashover mitigations). Traction bonding renewal. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"value": {
"amount": 361750000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "active"
},
{
"id": "3b",
"title": "Lot 3B Specialist Contact Systems",
"description": "The scope of work type to be delivered includes but not limited to the following:- AC/DC contact systems works for: Structure renewal & refurbishment. Geotechnical assessment. Overhead Line Equipment (OLE) campaign changes (rectification of known issues). OLE re-wire. Crossover/Section insulator replacement (including potential re-design if required). Section insulator replacement. Mid-life refurbishment. Neutral section replacement (including carrier wire style neutral section design & installation). Solid conductor beam refurbishment (& bonding). OLE switch replacement. Ancillary conductor re-wire. Other Items included in the Scope: Forensic analysis (root cause analysis of failures). Isolation instructions and/or isolation diagram corrections, correlation and reviews . Legacy equipment renewal (design knowledge required) this includes Mechanically Independent Registration and any conversion of headspans. Survey e.g. drone, point cloud, etc. for structures. Tunnel renewals (fixed overhead line equipment, steelwork). Mitigations at reduced clearance locations (flashover mitigations). Traction bonding renewal. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"value": {
"amount": 70000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "active"
},
{
"id": "4a",
"title": "Lot 4A Generalist Distribution & Plant",
"description": "The scope of work type to be delivered includes but not limited to the following:- HV traction distribution works for: HV Substation Renewal/Refurbishment. SCADA modifications inc control room updates. OLE power connections (switch relocation / redesign). Traction derived signalling power supplies. Signalling power works for replacement of signalling power supply equipment Lighting and associated LV distribution works for: Walkway lighting and columns. Operational lighting (buffer stops etc.). Rail yard lighting and columns. Tunnel lighting. Level crossing CCTV and lighting. Other works: Lineside operational equipment and monitoring (Wheelchex/Panchex, etc). Drainage pumps and associated equipment. Low voltage and control equipment. Points heating. Control Centre power resilience. Swing bridge controls replacement. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"value": {
"amount": 497250000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "active"
},
{
"id": "4b",
"title": "Lot 4B Specialist Distribution & Plant",
"description": "The scope of work type to be delivered includes but not limited to the following:- HV traction distribution works for: HV Substation Renewal/Refurbishment. SCADA modifications inc control room updates. OLE power connections (switch relocation / redesign). Traction derived signalling power supplies. Signalling power works for replacement of signalling power supply equipment Lighting and associated LV distribution works for: Walkway lighting and columns. Operational lighting (buffer stops etc.). Rail yard lighting and columns. Tunnel lighting. Level crossing CCTV and lighting. Other works: Lineside operational equipment and monitoring (Wheelchex/Panchex, etc). Drainage pumps and associated equipment. Low voltage and control equipment. Points heating. Control Centre power resilience. Swing bridge controls replacement. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"value": {
"amount": 87500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "active"
},
{
"id": "1A",
"title": "Lot 1A Generalist Buildings & Civils",
"description": "The scope of work type to be delivered includes but not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works. Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works. Geotechnical works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "cancelled"
},
{
"id": "1B",
"title": "Lot 1B Specialist Structures",
"description": "The scope of work type to be delivered is Primarily that of Structures and associated works but may also include and not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works. Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works. Could include Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "cancelled"
},
{
"id": "1C",
"title": "Lot 1C Specialist Geotechnical",
"description": "The scope of work type to be delivered is Primarily that of Geotechnical and associated works but may also include and not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings. Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works. Optional Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works. Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "cancelled"
},
{
"id": "2A",
"title": "Lot 2A Generalist Signalling and Telecoms",
"description": "The scope of work type to be delivered includes but not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signaling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "cancelled"
},
{
"id": "2B",
"title": "Lot 2B Specialist Signaling",
"description": "The scope of work type to be delivered is Primarily that of Signaling and associated works but may also include and not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signaling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "cancelled"
},
{
"id": "2C",
"title": "Lot 2C Specialist Telecoms",
"description": "The scope of work type to be delivered is Primarily that of Telecommunications and associated works but may also include and not limited to the following:- Interlocking & NX panels works for: Re-wire/Life extend. Route Relay Interlocking alterations to account for any new trackside works. Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works. Entrance Exit (NX) panel updates. Level Crossing Predictor/Controller works for: Level crossing Life Extension Works (LEW) for all types of crossings. Level crossings renewals for all types of level crossings. Conversion of mechanical winding barriers. Transmission / Network works for: Intelligent infrastructure installations. TDM renewals. Provision of FTNX / FTNX points of presence in signaling equipment rooms (inc. REBs). Remove of obsolete equipment - transmission (CCTV, TDM & FDM). Track/Way Side (Equipment Housing, Power, Terminals, Signals, Points, Train Detection) works for: Life Extension works. Including signal conversion, location case renewal and re-wire. Intelligent infrastructure installations. Alterations to signalling power supplies. Track circuit conversions. Ground frame conversion to Ground Switch Panel (GSP) Provision of staff protection systems. Targeting component renewals - HABDs / REBs / LOCs. Cable route works including multi core cable renewals. AWS, TPWS renewal. Signaling Bonding works. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "cancelled"
},
{
"id": "3A",
"title": "Lot 3A Generalist Contact Systems",
"description": "The scope of work type to be delivered includes but not limited to the following:- AC/DC contact systems works for: Structure renewal & refurbishment. Geotechnical assessment. Overhead Line Equipment (OLE) campaign changes (rectification of known issues). OLE re-wire. Crossover/Section insulator replacement (including potential re-design if required). Section insulator replacement. Mid-life refurbishment. Neutral section replacement (including carrier wire style neutral section design & installation). Solid conductor beam refurbishment (& bonding). OLE switch replacement. Ancillary conductor re-wire. Other Items included in the Scope: Forensic analysis (root cause analysis of failures). Isolation instructions and/or isolation diagram corrections, correlation and reviews . Legacy equipment renewal (design knowledge required) this includes Mechanically Independent Registration and any conversion of headspans. Survey e.g. drone, point cloud, etc. for structures. Tunnel renewals (fixed overhead line equipment, steelwork). Mitigations at reduced clearance locations (flashover mitigations). Traction bonding renewal. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "cancelled"
},
{
"id": "3B",
"title": "Lot 3B Specialist Contact Systems",
"description": "The scope of work type to be delivered includes but not limited to the following:- AC/DC contact systems works for: Structure renewal & refurbishment. Geotechnical assessment. Overhead Line Equipment (OLE) campaign changes (rectification of known issues). OLE re-wire. Crossover/Section insulator replacement (including potential re-design if required). Section insulator replacement. Mid-life refurbishment. Neutral section replacement (including carrier wire style neutral section design & installation). Solid conductor beam refurbishment (& bonding). OLE switch replacement. Ancillary conductor re-wire. Other Items included in the Scope: Forensic analysis (root cause analysis of failures). Isolation instructions and/or isolation diagram corrections, correlation and reviews . Legacy equipment renewal (design knowledge required) this includes Mechanically Independent Registration and any conversion of headspans. Survey e.g. drone, point cloud, etc. for structures. Tunnel renewals (fixed overhead line equipment, steelwork). Mitigations at reduced clearance locations (flashover mitigations). Traction bonding renewal. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "cancelled"
},
{
"id": "4A",
"title": "Lot 4A Generalist Distribution & Plant",
"description": "The scope of work type to be delivered includes but not limited to the following:- HV traction distribution works for: HV Substation Renewal/Refurbishment. SCADA modifications inc control room updates. OLE power connections (switch relocation / redesign). Traction derived signalling power supplies. Signalling power works for replacement of signalling power supply equipment Lighting and associated LV distribution works for: Walkway lighting and columns. Operational lighting (buffer stops etc.). Rail yard lighting and columns. Tunnel lighting. Level crossing CCTV and lighting. Other works: Lineside operational equipment and monitoring (Wheelchex/Panchex, etc). Drainage pumps and associated equipment. Low voltage and control equipment. Points heating. Control Centre power resilience. Swing bridge controls replacement. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "cancelled"
},
{
"id": "4B",
"title": "Lot 4B Specialist Distribution & Plant",
"description": "The scope of work type to be delivered includes but not limited to the following:- HV traction distribution works for: HV Substation Renewal/Refurbishment. SCADA modifications inc control room updates. OLE power connections (switch relocation / redesign). Traction derived signalling power supplies. Signalling power works for replacement of signalling power supply equipment Lighting and associated LV distribution works for: Walkway lighting and columns. Operational lighting (buffer stops etc.). Rail yard lighting and columns. Tunnel lighting. Level crossing CCTV and lighting. Other works: Lineside operational equipment and monitoring (Wheelchex/Panchex, etc). Drainage pumps and associated equipment. Low voltage and control equipment. Points heating. Control Centre power resilience. Swing bridge controls replacement. Additional information: The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 years."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region"
},
"relatedLot": "1"
},
{
"id": "1a",
"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": "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": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71332000",
"description": "Geotechnical engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "1a"
},
{
"id": "1b",
"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": "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": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "1b"
},
{
"id": "1c",
"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": "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": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71332000",
"description": "Geotechnical engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "1c"
},
{
"id": "2a",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "2a"
},
{
"id": "2b",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232332",
"description": "Ancillary works for telecommunications"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "45314000",
"description": "Installation of telecommunications equipment"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "2b"
},
{
"id": "2c",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232332",
"description": "Ancillary works for telecommunications"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "45314000",
"description": "Installation of telecommunications equipment"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "2c"
},
{
"id": "3a",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232210",
"description": "Overhead line construction"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "3a"
},
{
"id": "3b",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232210",
"description": "Overhead line construction"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "3b"
},
{
"id": "4a",
"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": "45317300",
"description": "Electrical installation work of electrical distribution apparatus"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "4a"
},
{
"id": "4b",
"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": "45317300",
"description": "Electrical installation work of electrical distribution apparatus"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "4b"
},
{
"id": "1A",
"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": "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": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71332000",
"description": "Geotechnical engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "1A"
},
{
"id": "1B",
"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": "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": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "1B"
},
{
"id": "1C",
"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": "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": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71332000",
"description": "Geotechnical engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "1C"
},
{
"id": "2A",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "2A"
},
{
"id": "2B",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232332",
"description": "Ancillary works for telecommunications"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "45314000",
"description": "Installation of telecommunications equipment"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "2B"
},
{
"id": "2C",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232332",
"description": "Ancillary works for telecommunications"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "45314000",
"description": "Installation of telecommunications equipment"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "2C"
},
{
"id": "3A",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232210",
"description": "Overhead line construction"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "3A"
},
{
"id": "3B",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232210",
"description": "Overhead line construction"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "3B"
},
{
"id": "4A",
"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": "45317300",
"description": "Electrical installation work of electrical distribution apparatus"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "4A"
},
{
"id": "4B",
"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": "45317300",
"description": "Electrical installation work of electrical distribution apparatus"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region including all routes and areas where work will be delivered by the region."
},
"relatedLot": "4B"
}
],
"communication": {
"futureNoticeDate": "2023-03-08T00:00:00Z",
"atypicalToolUrl": "https://networkrail.bravosolution.co.uk/esop/toolkit/opportunity/current/55866/detail.si"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 2,
"maximumLotsAwardedPerSupplier": 2,
"awardCriteriaDetails": "See the Invitation to Participants for rules on awarding and bidding for lots/sub lots."
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://networkrail.bravosolution.co.uk/web/login.html.",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Holding a PCL (an NR Principle Contractors Licence) is required by successful suppliers to provide works pursuant to the ERP. Applicants that do not hold a PCL must submit an application for one in order to be successful in this procurement. Further information is set out in the Instructions to Participants.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "See Procurement Documents",
"electronicInvoicingPolicy": "allowed"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 16,
"periodRationale": "Extended term is necessary due to: 1)upfront investment 2)Cultural/Organisational Alignment 3) Programme Flexibility 4)Working Practices 5) Standardisation 6)Skills Shortage."
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-06-02T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2023-07-31T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 270
}
},
"hasRecurrence": false,
"reviewDetails": "NR will observe a standstill period following award of the ERP. NR shall conduct itself in accordance with the Utilities Contracts Regulations 2016 in respect of any appeals. Network Rail expressly reserves the right: (i) not to award or enter into any contract as a result of the procurement process commenced by the publication of this notice; (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; (iii) to award one or more public contract(s) in relation to part only of the requirements covered by this notice; and/or (iv) to award a contract(s) in stages."
},
"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": "Megan.stirrup@networkrail.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://networkrail.bravosolution.co.uk/esop/toolkit/opportunity/current/55866/detail.si",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Railway infrastructure"
}
]
}
},
{
"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": "Megan Stirrup",
"telephone": "+44 1908781000",
"email": "megan.stirrup@networkrail.co.uk",
"url": "https://networkrail.bravosolution.co.uk/web/login.html."
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.networkrail.com",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-80887",
"name": "High Court of England and Wales Royal Courts of Justice",
"identifier": {
"legalName": "High Court of England and Wales Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC1A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "GB-FTS-137",
"name": "Cabinet Office",
"identifier": {
"legalName": "Cabinet Office"
},
"address": {
"streetAddress": "70 Whitehall",
"locality": "London",
"postalCode": "SW1A 2AS",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
},
{
"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": "Megan Stirrup",
"telephone": "+44 1908781000",
"email": "megan.stirrup@networkrail.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.networkrail.com",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"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-123754",
"name": "BAM Nuttall Ltd",
"identifier": {
"legalName": "BAM Nuttall Ltd"
},
"address": {
"locality": "Surrey",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-123755",
"name": "Morgan Sindall Construction & Infrastructure Ltd",
"identifier": {
"legalName": "Morgan Sindall Construction & Infrastructure Ltd"
},
"address": {
"locality": "LONDON",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-123756",
"name": "Story Contracting Limited",
"identifier": {
"legalName": "Story Contracting Limited"
},
"address": {
"locality": "Cumbria",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-30304",
"name": "Taziker Industrial Ltd",
"identifier": {
"legalName": "Taziker Industrial Ltd"
},
"address": {
"locality": "Chorley",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"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": "sme"
}
},
{
"id": "GB-FTS-123757",
"name": "Amey Rail Limited",
"identifier": {
"legalName": "Amey Rail Limited"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-123758",
"name": "ATKINSREALIS UK LIMITED",
"identifier": {
"legalName": "ATKINSREALIS UK LIMITED"
},
"address": {
"locality": "Surrey",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-123759",
"name": "Trackwork Ltd",
"identifier": {
"legalName": "Trackwork Ltd"
},
"address": {
"locality": "Doncaster",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-123760",
"name": "Hawthorne Contract Services Limited",
"identifier": {
"legalName": "Hawthorne Contract Services Limited"
},
"address": {
"locality": "York",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-123761",
"name": "Amey Rail Limited",
"identifier": {
"legalName": "Amey Rail Limited"
},
"address": {
"locality": "LONDON",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-123762",
"name": "Keltbray Rail Limited",
"identifier": {
"legalName": "Keltbray Rail Limited"
},
"address": {
"locality": "Esher",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-123763",
"name": "Keltbray Rail Limited / Linbrooke Services Limited together forming Keltbray Linbrooke Partnership (KLP)",
"identifier": {
"legalName": "Keltbray Rail Limited / Linbrooke Services Limited together forming Keltbray Linbrooke Partnership (KLP)"
},
"address": {
"locality": "Esher and Sheffield",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-123764",
"name": "Octavius Infrastructure Limited",
"identifier": {
"legalName": "Octavius Infrastructure Limited"
},
"address": {
"locality": "Reigate",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-123765",
"name": "Lowery Ltd",
"identifier": {
"legalName": "Lowery Ltd"
},
"address": {
"locality": "Staines Upon Thames",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en",
"awards": [
{
"id": "028599-2024-ecm 41044-1",
"relatedLots": [
"1A"
],
"title": "Lot 1A Generalist Buildings & Civils",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-11652",
"name": "Amalgamated Construction Ltd"
}
]
},
{
"id": "028599-2024-ecm 41047-2",
"relatedLots": [
"1A"
],
"title": "Lot 1A Generalist Buildings & Civils",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123754",
"name": "BAM Nuttall Ltd"
}
]
},
{
"id": "028599-2024-ecm 41049-3",
"relatedLots": [
"1A"
],
"title": "Lot 1A Generalist Buildings & Civils",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123755",
"name": "Morgan Sindall Construction & Infrastructure Ltd"
}
]
},
{
"id": "028599-2024-ecm 41050-4",
"relatedLots": [
"1A"
],
"title": "Lot 1A Generalist Buildings & Civils",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123756",
"name": "Story Contracting Limited"
}
]
},
{
"id": "028599-2024-ecm 41058-5",
"relatedLots": [
"1B"
],
"title": "Lot 1B Specialist Structures",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-30304",
"name": "Taziker Industrial Ltd"
}
]
},
{
"id": "028599-2024-ecm 41059-6",
"relatedLots": [
"1C"
],
"title": "Lot 1C Specialist Geotechnical",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-104917",
"name": "CK Rail Solutions Ltd"
}
]
},
{
"id": "028599-2024-ecm 41051-7",
"relatedLots": [
"2A"
],
"title": "Lot 2A Generalist Signaling and Telecoms",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123757",
"name": "Amey Rail Limited"
}
]
},
{
"id": "028599-2024-ecm 41052-8",
"relatedLots": [
"2A"
],
"title": "Lot 2A Generalist Signaling and Telecoms",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123758",
"name": "ATKINSREALIS UK LIMITED"
}
]
},
{
"id": "028599-2024-ecm 41060-9",
"relatedLots": [
"2B"
],
"title": "Lot 2B Specialist Signaling",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123759",
"name": "Trackwork Ltd"
}
]
},
{
"id": "028599-2024-ecm 41061 --10",
"relatedLots": [
"2C"
],
"title": "Lot 2C Specialist Telecoms",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123760",
"name": "Hawthorne Contract Services Limited"
}
]
},
{
"id": "028599-2024-ecm 41054-11",
"relatedLots": [
"3A"
],
"title": "Lot 3A Generalist Contact Systems",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123761",
"name": "Amey Rail Limited"
}
]
},
{
"id": "028599-2024-ecm 41055-12",
"relatedLots": [
"3A"
],
"title": "Lot 3A Generalist Contact Systems",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123762",
"name": "Keltbray Rail Limited"
}
]
},
{
"id": "028599-2024-ecm 41063-13",
"relatedLots": [
"3B"
],
"title": "Lot 3B Specialist Contact Systems",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123755",
"name": "Morgan Sindall Construction & Infrastructure Ltd"
}
]
},
{
"id": "028599-2024-ecm 41056-14",
"relatedLots": [
"4A"
],
"title": "Lot 4A Generalist Distribution & Plant",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123763",
"name": "Keltbray Rail Limited / Linbrooke Services Limited together forming Keltbray Linbrooke Partnership (KLP)"
}
]
},
{
"id": "028599-2024-ecm 41057-15",
"relatedLots": [
"4A"
],
"title": "Lot 4A Generalist Distribution & Plant",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123764",
"name": "Octavius Infrastructure Limited"
}
]
},
{
"id": "028599-2024-ecm 41064-16",
"relatedLots": [
"4B"
],
"title": "Lot 4B Specialist Distribution & Plant",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123765",
"name": "Lowery Ltd"
}
]
}
],
"contracts": [
{
"id": "028599-2024-ecm 41044-1",
"awardID": "028599-2024-ecm 41044-1",
"title": "Lot 1A Generalist Buildings & Civils",
"status": "active",
"value": {
"amount": 1284000000,
"currency": "GBP"
},
"dateSigned": "2024-05-28T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41047-2",
"awardID": "028599-2024-ecm 41047-2",
"title": "Lot 1A Generalist Buildings & Civils",
"status": "active",
"value": {
"amount": 1284000000,
"currency": "GBP"
},
"dateSigned": "2024-06-13T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41049-3",
"awardID": "028599-2024-ecm 41049-3",
"title": "Lot 1A Generalist Buildings & Civils",
"status": "active",
"value": {
"amount": 1284000000,
"currency": "GBP"
},
"dateSigned": "2024-06-06T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41050-4",
"awardID": "028599-2024-ecm 41050-4",
"title": "Lot 1A Generalist Buildings & Civils",
"status": "active",
"value": {
"amount": 1284000000,
"currency": "GBP"
},
"dateSigned": "2024-06-19T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41058-5",
"awardID": "028599-2024-ecm 41058-5",
"title": "Lot 1B Specialist Structures",
"status": "active",
"value": {
"amount": 64000000,
"currency": "GBP"
},
"dateSigned": "2024-05-24T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41059-6",
"awardID": "028599-2024-ecm 41059-6",
"title": "Lot 1C Specialist Geotechnical",
"status": "active",
"value": {
"amount": 1284000000,
"currency": "GBP"
},
"dateSigned": "2024-05-24T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41051-7",
"awardID": "028599-2024-ecm 41051-7",
"title": "Lot 2A Generalist Signaling and Telecoms",
"status": "active",
"value": {
"amount": 852000000,
"currency": "GBP"
},
"dateSigned": "2024-06-07T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41052-8",
"awardID": "028599-2024-ecm 41052-8",
"title": "Lot 2A Generalist Signaling and Telecoms",
"status": "active",
"value": {
"amount": 852000000,
"currency": "GBP"
},
"dateSigned": "2024-06-18T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41060-9",
"awardID": "028599-2024-ecm 41060-9",
"title": "Lot 2B Specialist Signaling",
"status": "active",
"value": {
"amount": 88500000,
"currency": "GBP"
},
"dateSigned": "2024-05-24T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41061 --10",
"awardID": "028599-2024-ecm 41061 --10",
"title": "Lot 2C Specialist Telecoms",
"status": "active",
"value": {
"amount": 70000000,
"currency": "GBP"
},
"dateSigned": "2024-05-24T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41054-11",
"awardID": "028599-2024-ecm 41054-11",
"title": "Lot 3A Generalist Contact Systems",
"status": "active",
"value": {
"amount": 361750000,
"currency": "GBP"
},
"dateSigned": "2024-06-07T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41055-12",
"awardID": "028599-2024-ecm 41055-12",
"title": "Lot 3A Generalist Contact Systems",
"status": "active",
"value": {
"amount": 361750000,
"currency": "GBP"
},
"dateSigned": "2024-05-28T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41063-13",
"awardID": "028599-2024-ecm 41063-13",
"title": "Lot 3B Specialist Contact Systems",
"status": "active",
"value": {
"amount": 70000000,
"currency": "GBP"
},
"dateSigned": "2024-06-07T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41056-14",
"awardID": "028599-2024-ecm 41056-14",
"title": "Lot 4A Generalist Distribution & Plant",
"status": "active",
"value": {
"amount": 497250000,
"currency": "GBP"
},
"dateSigned": "2024-05-24T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41057-15",
"awardID": "028599-2024-ecm 41057-15",
"title": "Lot 4A Generalist Distribution & Plant",
"status": "active",
"value": {
"amount": 497250000,
"currency": "GBP"
},
"dateSigned": "2024-05-28T00:00:00+01:00"
},
{
"id": "028599-2024-ecm 41064-16",
"awardID": "028599-2024-ecm 41064-16",
"title": "Lot 4B Specialist Distribution & Plant",
"status": "active",
"value": {
"amount": 87500000,
"currency": "GBP"
},
"dateSigned": "2024-08-08T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1A",
"value": 7
},
{
"id": "2",
"measure": "bids",
"relatedLot": "1A",
"value": 7
},
{
"id": "3",
"measure": "bids",
"relatedLot": "1A",
"value": 7
},
{
"id": "4",
"measure": "bids",
"relatedLot": "1A",
"value": 7
},
{
"id": "5",
"measure": "bids",
"relatedLot": "1B",
"value": 2
},
{
"id": "6",
"measure": "bids",
"relatedLot": "1C",
"value": 4
},
{
"id": "7",
"measure": "bids",
"relatedLot": "2A",
"value": 5
},
{
"id": "8",
"measure": "bids",
"relatedLot": "2A",
"value": 5
},
{
"id": "9",
"measure": "bids",
"relatedLot": "2B",
"value": 4
},
{
"id": "10",
"measure": "bids",
"relatedLot": "2C",
"value": 3
},
{
"id": "11",
"measure": "bids",
"relatedLot": "3A",
"value": 5
},
{
"id": "12",
"measure": "bids",
"relatedLot": "3A",
"value": 5
},
{
"id": "13",
"measure": "bids",
"relatedLot": "3B",
"value": 3
},
{
"id": "14",
"measure": "bids",
"relatedLot": "4A",
"value": 5
},
{
"id": "15",
"measure": "bids",
"relatedLot": "4A",
"value": 5
},
{
"id": "16",
"measure": "bids",
"relatedLot": "4B",
"value": 4
}
]
}
}