Notice Information
Notice Title
Southern Region Minor Works Buildings and Civils Framework
Notice Description
Network Rail Southern Region intends to establish a single Minor Works Buildings and Civils Framework (MWF-B&C) that aligns with Network Rail's requirements of prompt and efficient delivery of the CP7 and CP8 work banks, as well as rationalising several route-based frameworks into one Regional Framework, thus providing regional consistency on how this work is managed. Once established, it is intended that the MWF-B&C will maximise productivity and efficiency through the use of modern methods of working, technology, collaboration, and relationship focused contracting. The proposed commercial model has been designed to support this intent. Whilst the primary focus of the MWF-B&C will be unplanned, planned and cyclical maintenance works, there will also be the option where deemed appropriate for the delivery of non-complex, low value renewal projects. The contracting strategy is to appoint 16 Delivery Partners under nine Lots that are aligned to disciplines and sub discipline work types. There will be two Generalist Lots, one covering Buildings (Lot 1) and one covering Civils (Lot 5), primarily aimed at delivering the unplanned (reactive) works, but with scope included to also deliver planned maintenance and project works. There will also be three specialist Buildings Lots (Lots 2 to 4) and four specialist Civils Lots (Lots 6 to 9) aimed at delivering the cyclical, planned maintenance and project works. The number of Delivery Partners to be appointed to each Lot is detailed in the Instructions to Participants, which can be found in the procurement documents.
Lot Information
Lot Lot 1: Buildings Reactive Generalist
Delivery of unplanned (reactive) works, but with scope included to also deliver planned maintenance and project works, on buildings on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS155m - PS230m in CP7. The total anticipated value range across CP7 and CP8 is PS310m - PS460m. This is subject to change and more information on the value ranges is provided in the procurement documents.
Lot Lot 2: Buildings FabricDelivery of the cyclical, planned maintenance, and project building fabric works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS25m - PS40m in CP7. The total anticipated value range across CP7 and CP8 is PS50m - PS80m. This is subject to change and more information on the value ranges is provided in the procurement documents.
Lot Lot 3: Buildings ServicesDelivery of the cyclical, planned maintenance, and project building services works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS25m - PS40m in CP7. The total anticipated value range across CP7 and CP8 is PS50m - PS80m. This is subject to change and more information on the value ranges is provided in the procurement documents.
Lot Lot 4: Buildings RoofingDelivery of the cyclical, planned maintenance, and project building roof works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS10m - PS20m in CP7. The total anticipated value range across CP7 and CP8 is PS20m - PS40m. This is subject to change and more information on the value ranges is provided in the procurement documents.
Lot Lot 5: Civils Reactive GeneralistDelivery of unplanned (reactive) works, but with scope included to also deliver planned maintenance and project works, on civils assets on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS130m - PS180m in CP7. The total anticpated value range across CP7 and CP8 is PS260m - PS360m. This is subject to change and more information on the value ranges is provided in the procurement documents.
Lot Lot 6: Civils Metallic StructuresDelivery of the cyclical, planned maintenance, and project civils metallic structure works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS10m - PS20m in CP7. The total anticipated value range across CP7 and CP8 is PS20m - PS40m. This is subject to change and more information on the value ranges is provided in the procurement documents.
Lot Lot 7: Civils MasonryDelivery of the cyclical, planned maintenance, and project civils masonry works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS65m - PS95m in CP7. The total anticipated value range across CP7 and CP8 is PS130m - PS190m. This is subject to change and more information on the value ranges is provided in the procurement documents.
Lot Lot 8: Drainage/EarthworksDelivery of the cyclical, planned maintenance, and project civils drainage/earthworks works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS25m - PS40m in CP7. The total anticipated value range across CP7 and CP8 is PS50m - PS80m. This is subject to change and more information on the value ranges is provided in the procurement documents.
Lot Lot 9: Off TrackDelivery of the cyclical, planned maintenance, and project civils off track works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS120m - PS180m in CP7. The total anticipated value range across CP7 and CP8 is PS240m - PS360m. This is subject to change and more information on the value ranges is provided in the procurement documents.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03ae31
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006490-2023
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender 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
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
45000000 - Construction work
45111240 - Ground-drainage 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
45220000 - Engineering works and construction works
45221220 - Culverts
45223000 - Structures construction work
45223100 - Assembly of metal structures
45223110 - Installation of metal structures
45223200 - Structural works
45232450 - Drainage construction works
45232451 - Drainage and surface works
45232452 - Drainage works
45232453 - Drains construction work
45234100 - Railway construction works
45260000 - Roof works and other special trade construction works
45261900 - Roof repair and maintenance work
45262500 - Masonry and bricklaying work
45262510 - Stonework
45262521 - Facing brickwork
45262620 - Supporting walls
45262650 - Cladding works
45262700 - Building alteration work
45300000 - Building installation work
45310000 - Electrical installation work
45312100 - Fire-alarm system installation work
45314000 - Installation of telecommunications equipment
45340000 - Fencing, railing and safety equipment installation work
45342000 - Erection of fencing
45350000 - Mechanical installations
45351000 - Mechanical engineering installation works
50000000 - Repair and maintenance services
50700000 - Repair and maintenance services of building installations
50710000 - Repair and maintenance services of electrical and mechanical building installations
51000000 - Installation services (except software)
51100000 - Installation services of electrical and mechanical equipment
51300000 - Installation services of communications equipment
51511000 - Installation services of lifting and handling equipment, except lifts and escalators
51700000 - Installation services of fire protection equipment
71000000 - Architectural, construction, engineering and inspection services
71300000 - Engineering services
71311230 - Railway engineering services
71315000 - Building services
71334000 - Mechanical and electrical engineering services
71500000 - Construction-related services
77211300 - Tree-clearing services
77211400 - Tree-cutting services
77211500 - Tree-maintenance services
79420000 - Management-related services
Notice Value(s)
- Tender Value
- £1,730,000,000 £1B-£10B
- Lots Value
- £1,690,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Mar 20232 years ago
- Submission Deadline
- 21 Mar 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- 2029 - 2034
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE LTD
- Contact Name
- Nathan Massingham
- Contact Email
- nathan.massingham@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)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI36 Camden
- Delivery Location
- TLI London, TLJ South East (England)
-
- Local Authority
- Camden
- Electoral Ward
- Regent's Park
- Westminster Constituency
- Holborn and St Pancras
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03ae31-2023-03-06T15:51:21Z",
"date": "2023-03-06T15:51:21Z",
"ocid": "ocds-h6vhtk-03ae31",
"description": "The procurement documents are available via the link in Section I.3. These include the Instructions to Participants (which include general instructions, pre-qualification instructions and draft instructions to tender), information on scope, and the draft terms and conditions. There are restrictions with regards to how many, and to which Lots a Candidate may submit an application for during prequalification. This is to increase competition and to encourage SME participation. Detail on these restrictions, as well as the desired number of Candidates Network Rail wishes to shortlist for ITT for each Lot, can be found in the Instructions to Participants. Applicants are required to complete and submit a pre-qualification questionnaire in accordance with the Instructions to Participants by the date set out in Section IV.2.2 to express an interest in this opportunity. This opportunity relates to the appointment of Delivery Partners to deliver unplanned (reactive) works, cyclical, planned maintenance, and project minor works on Buildings and Civils assets across the Southern Region. The Lot 1 Delivery Partner may also be awarded works under Lot 2, Lot 3, Lot 4, and Lot 5. The Lot 5 Delivery Partner may also be awarded works under Lot 1, Lot 6, Lot 7, Lot 8, and Lot 9. Each Delivery Partner will operate under their own Principal Contractor License and will undertake both Principal Designer and Principal Contractor obligations under CDM regulations as required. It is estimated that the total value of the Minor Works Buildings and Civils Framework may be in the region of PS1.13 billion - PS1.69 billion across all nine (9) Lots. The estimated Lot values are specified in Section II.2. As the work bank for CP8 is still to be defined, for the purposes of valuing this forthcoming opportunity Network Rail has assumed that the volume of work delivered within CP8 is aligned with CP7 current estimates. Until the final determination of the CP7 Business Plan has been confirmed with the regulator (December 2023) the Lot values advertised remain indicative. Once the determination has been confirmed, the final Lot values will be communicated to all Tenderers. Network Rail intends to include a guaranteed minimum spend to be allocated to each of the 9 Lots. Network Rail is seeking to commit 40% of the lower anticipated value range of the final Lot value communicated to be shared between each appointed Delivery Partner within the Lot. Any commitment provided applies to CP7 only. Further details are provided in the procurement documents. All appointed Southern Integrated Delivery Business Partners may utilise this Framework Agreement, in such circumstances all call-off agreements will be administered under aligned Terms and Conditions. Network Rail reserves the right to cancel or suspend this procurement process at any time without incurring any cost or liability. Network Rail shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed Contract. Network Rail does not bind itself to enter into any agreement arising from this Notice and no contractual rights express or implied arising out of this Notice or arise out of the procedure envisaged by this Notice. Network Rail reserves the right to disqualify any organisation who provides information or confirmations which later prove to be untrue or incorrect, does not supply the information required by this Notice or as otherwise directed by Network Rail during the procurement process.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03ae31",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Southern Region Minor Works Buildings and Civils Framework",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Network Rail Southern Region intends to establish a single Minor Works Buildings and Civils Framework (MWF-B&C) that aligns with Network Rail's requirements of prompt and efficient delivery of the CP7 and CP8 work banks, as well as rationalising several route-based frameworks into one Regional Framework, thus providing regional consistency on how this work is managed. Once established, it is intended that the MWF-B&C will maximise productivity and efficiency through the use of modern methods of working, technology, collaboration, and relationship focused contracting. The proposed commercial model has been designed to support this intent. Whilst the primary focus of the MWF-B&C will be unplanned, planned and cyclical maintenance works, there will also be the option where deemed appropriate for the delivery of non-complex, low value renewal projects. The contracting strategy is to appoint 16 Delivery Partners under nine Lots that are aligned to disciplines and sub discipline work types. There will be two Generalist Lots, one covering Buildings (Lot 1) and one covering Civils (Lot 5), primarily aimed at delivering the unplanned (reactive) works, but with scope included to also deliver planned maintenance and project works. There will also be three specialist Buildings Lots (Lots 2 to 4) and four specialist Civils Lots (Lots 6 to 9) aimed at delivering the cyclical, planned maintenance and project works. The number of Delivery Partners to be appointed to each Lot is detailed in the Instructions to Participants, which can be found in the procurement documents.",
"value": {
"amount": 1730000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 4,
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"id": "Lot 1: Buildings Reactive Generalist",
"description": "Delivery of unplanned (reactive) works, but with scope included to also deliver planned maintenance and project works, on buildings on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS155m - PS230m in CP7. The total anticipated value range across CP7 and CP8 is PS310m - PS460m. This is subject to change and more information on the value ranges is provided in the procurement documents.",
"value": {
"amount": 460000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 3
},
"selectionCriteria": {
"description": "Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender. Network Rail intends to select three (3) applicants to the invitation to tender stage, provided each applicant satisfies the pre-qualification requirements."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "Lot 2: Buildings Fabric",
"description": "Delivery of the cyclical, planned maintenance, and project building fabric works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS25m - PS40m in CP7. The total anticipated value range across CP7 and CP8 is PS50m - PS80m. This is subject to change and more information on the value ranges is provided in the procurement documents.",
"value": {
"amount": 80000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 7
},
"selectionCriteria": {
"description": "Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender. Network Rail intends to select four (4) applicants to the invitation to tender (ITT) stage, provided each applicant satisfies the pre-qualification requirements. However, Network Rail recognise that there may at times be a requirement to increase the number of applicants shortlisted to ITT within this Lot to ensure that Network Rail is able to make a sufficient number of awards. As such, a maximum of seven (7) applicants may be selected to ITT as required, provided each applicant satisfies the pre-qualification requirements. Full information on this is provided within the Instructions to Participants document."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "Lot 3: Buildings Services",
"description": "Delivery of the cyclical, planned maintenance, and project building services works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS25m - PS40m in CP7. The total anticipated value range across CP7 and CP8 is PS50m - PS80m. This is subject to change and more information on the value ranges is provided in the procurement documents.",
"value": {
"amount": 80000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 7
},
"selectionCriteria": {
"description": "Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender. Network Rail intends to select four (4) applicants to the invitation to tender (ITT) stage, provided each applicant satisfies the pre-qualification requirements. However, Network Rail recognise that there may at times be a requirement to increase the number of applicants shortlisted to ITT within this Lot to ensure that Network Rail is able to make a sufficient number of awards. As such, a maximum of seven (7) applicants may be selected to ITT as required, provided each applicant satisfies the pre-qualification requirements. Full information on this is provided within the Instructions to Participants document."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "Lot 4: Buildings Roofing",
"description": "Delivery of the cyclical, planned maintenance, and project building roof works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS10m - PS20m in CP7. The total anticipated value range across CP7 and CP8 is PS20m - PS40m. This is subject to change and more information on the value ranges is provided in the procurement documents.",
"value": {
"amount": 40000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 11
},
"selectionCriteria": {
"description": "Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender. Network Rail intends to select four (4) applicants to the invitation to tender (ITT) stage, provided each applicant satisfies the pre-qualification requirements. However, Network Rail recognise that there may at times be a requirement to increase the number of applicants shortlisted to ITT within this Lot to ensure that Network Rail is able to make a sufficient number of awards. As such, a maximum of eleven (11) applicants may be selected to ITT as required, provided each applicant satisfies the pre-qualification requirements. Full information on this is provided within the Instructions to Participants document."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "Lot 5: Civils Reactive Generalist",
"description": "Delivery of unplanned (reactive) works, but with scope included to also deliver planned maintenance and project works, on civils assets on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS130m - PS180m in CP7. The total anticpated value range across CP7 and CP8 is PS260m - PS360m. This is subject to change and more information on the value ranges is provided in the procurement documents.",
"value": {
"amount": 360000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 3
},
"selectionCriteria": {
"description": "Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender. Network Rail intends to select three (3) applicants to the invitation to tender stage, provided each applicant satisfies the pre-qualification requirements."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "Lot 6: Civils Metallic Structures",
"description": "Delivery of the cyclical, planned maintenance, and project civils metallic structure works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS10m - PS20m in CP7. The total anticipated value range across CP7 and CP8 is PS20m - PS40m. This is subject to change and more information on the value ranges is provided in the procurement documents.",
"value": {
"amount": 40000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 11
},
"selectionCriteria": {
"description": "Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender. Network Rail intends to select three (3) applicants to the invitation to tender (ITT) stage, provided each applicant satisfies the pre-qualification requirements. However, Network Rail recognise that there may at times be a requirement to increase the number of applicants shortlisted to ITT within this Lot to ensure that Network Rail is able to make a sufficient number of awards. As such, a maximum of eleven (11) applicants may be selected to ITT as required, provided each applicant satisfies the pre-qualification requirements. Full information on this is provided within the Instructions to Participants document."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "Lot 7: Civils Masonry",
"description": "Delivery of the cyclical, planned maintenance, and project civils masonry works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS65m - PS95m in CP7. The total anticipated value range across CP7 and CP8 is PS130m - PS190m. This is subject to change and more information on the value ranges is provided in the procurement documents.",
"value": {
"amount": 190000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 11
},
"selectionCriteria": {
"description": "Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender. Network Rail intends to select four (4) applicants to the invitation to tender (ITT) stage, provided each applicant satisfies the pre-qualification requirements. However, Network Rail recognise that there may at times be a requirement to increase the number of applicants shortlisted to ITT within this Lot to ensure that Network Rail is able to make a sufficient number of awards. As such, a maximum of eleven (11) applicants may be selected to ITT as required, provided each applicant satisfies the pre-qualification requirements. Full information on this is provided within the Instructions to Participants document."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "Lot 8: Drainage/Earthworks",
"description": "Delivery of the cyclical, planned maintenance, and project civils drainage/earthworks works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS25m - PS40m in CP7. The total anticipated value range across CP7 and CP8 is PS50m - PS80m. This is subject to change and more information on the value ranges is provided in the procurement documents.",
"value": {
"amount": 80000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 7
},
"selectionCriteria": {
"description": "Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender. Network Rail intends to select four (4) applicants to the invitation to tender (ITT) stage, provided each applicant satisfies the pre-qualification requirements. However, Network Rail recognise that there may at times be a requirement to increase the number of applicants shortlisted to ITT within this Lot to ensure that Network Rail is able to make a sufficient number of awards. As such, a maximum of seven (7) applicants may be selected to ITT as required, provided each applicant satisfies the pre-qualification requirements. Full information on this is provided within the Instructions to Participants document."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "Lot 9: Off Track",
"description": "Delivery of the cyclical, planned maintenance, and project civils off track works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes. The Framework will be 10 years in duration (April 2024 - March 2034) and will commence in Control Period 7 (CP7) with the inclusion of a break clause prior to the commencement of Control Period 8 (CP8). The options to enact the break clause for CP8 will be subject to performance at the time and at Network Rail's sole discretion. The anticipated value range of the Lot for CP7 is PS120m - PS180m in CP7. The total anticipated value range across CP7 and CP8 is PS240m - PS360m. This is subject to change and more information on the value ranges is provided in the procurement documents.",
"value": {
"amount": 360000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender. Network Rail intends to select six (6) applicants to the invitation to tender stage, provided each applicant satisfies the pre-qualification requirements."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "Lot 1: Buildings Reactive Generalist",
"additionalClassifications": [
{
"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": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71315000",
"description": "Building services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "79420000",
"description": "Management-related services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "Lot 1: Buildings Reactive Generalist"
},
{
"id": "Lot 2: Buildings Fabric",
"additionalClassifications": [
{
"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": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45223100",
"description": "Assembly of metal structures"
},
{
"scheme": "CPV",
"id": "45223110",
"description": "Installation of metal structures"
},
{
"scheme": "CPV",
"id": "45223200",
"description": "Structural works"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45262521",
"description": "Facing brickwork"
},
{
"scheme": "CPV",
"id": "45262620",
"description": "Supporting walls"
},
{
"scheme": "CPV",
"id": "45262650",
"description": "Cladding works"
},
{
"scheme": "CPV",
"id": "45262700",
"description": "Building alteration work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71315000",
"description": "Building services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "Lot 2: Buildings Fabric"
},
{
"id": "Lot 3: Buildings Services",
"additionalClassifications": [
{
"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": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45262700",
"description": "Building alteration work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45312100",
"description": "Fire-alarm system installation work"
},
{
"scheme": "CPV",
"id": "45314000",
"description": "Installation of telecommunications equipment"
},
{
"scheme": "CPV",
"id": "45350000",
"description": "Mechanical installations"
},
{
"scheme": "CPV",
"id": "45351000",
"description": "Mechanical engineering installation works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "51300000",
"description": "Installation services of communications equipment"
},
{
"scheme": "CPV",
"id": "51511000",
"description": "Installation services of lifting and handling equipment, except lifts and escalators"
},
{
"scheme": "CPV",
"id": "51700000",
"description": "Installation services of fire protection equipment"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71315000",
"description": "Building services"
},
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "Lot 3: Buildings Services"
},
{
"id": "Lot 4: Buildings Roofing",
"additionalClassifications": [
{
"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": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45260000",
"description": "Roof works and other special trade construction works"
},
{
"scheme": "CPV",
"id": "45261900",
"description": "Roof repair and maintenance work"
},
{
"scheme": "CPV",
"id": "45262700",
"description": "Building alteration work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71315000",
"description": "Building services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "Lot 4: Buildings Roofing"
},
{
"id": "Lot 5: Civils Reactive Generalist",
"additionalClassifications": [
{
"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": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "79420000",
"description": "Management-related services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "Lot 5: Civils Reactive Generalist"
},
{
"id": "Lot 6: Civils Metallic Structures",
"additionalClassifications": [
{
"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": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45223100",
"description": "Assembly of metal structures"
},
{
"scheme": "CPV",
"id": "45223110",
"description": "Installation of metal structures"
},
{
"scheme": "CPV",
"id": "45223200",
"description": "Structural works"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "Lot 6: Civils Metallic Structures"
},
{
"id": "Lot 7: Civils Masonry",
"additionalClassifications": [
{
"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": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45262500",
"description": "Masonry and bricklaying work"
},
{
"scheme": "CPV",
"id": "45262510",
"description": "Stonework"
},
{
"scheme": "CPV",
"id": "45262521",
"description": "Facing brickwork"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "Lot 7: Civils Masonry"
},
{
"id": "Lot 8: Drainage/Earthworks",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111240",
"description": "Ground-drainage 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": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45221220",
"description": "Culverts"
},
{
"scheme": "CPV",
"id": "45232450",
"description": "Drainage construction works"
},
{
"scheme": "CPV",
"id": "45232451",
"description": "Drainage and surface works"
},
{
"scheme": "CPV",
"id": "45232452",
"description": "Drainage works"
},
{
"scheme": "CPV",
"id": "45232453",
"description": "Drains construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "Lot 8: Drainage/Earthworks"
},
{
"id": "Lot 9: Off Track",
"additionalClassifications": [
{
"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": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "45342000",
"description": "Erection of fencing"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "77211300",
"description": "Tree-clearing services"
},
{
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
},
{
"scheme": "CPV",
"id": "77211500",
"description": "Tree-maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "Lot 9: Off Track"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=55880",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "Applicants are referred to the procurement documents for information about Network Rail's rules and criteria for participation."
},
"submissionTerms": {
"depositsGuarantees": "A Parent Company Guarantee may be required. Please refer to the procurement documents for further details.",
"languages": [
"en"
]
},
"contractTerms": {
"financialTerms": "The main financing conditions, payment mechanism, performance standards and incentive mechanism are described in the procurement documents. The draft procurement documents are available via our electronic procurement system (BravoNR) and tender documents will be updated prior to the formal issue of the invitation to tender. The form of the contract governing these arrangements will be based on an amended version of the NR29.",
"tendererLegalForm": "Network Rail will accept pre-qualification and tender submissions from single entities or consortia. Network Rail does not require those consortia who intend to form a single legal entity to do so at the pre-qualification stage, however this shall be required at the point of contract award. If consortia members change at any point during the procurement process, Network Rail reserves the right to revisit the pre-qualification stages to consider the impact of the updated information.",
"performanceTerms": "Applicants are referred to the procurement documents for further information."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 16,
"periodRationale": "The Framework duration is 10-years. This is to align with the Southern Integrated Delivery (SID) which will be a fully integrated team of Network Rail and the supply chain and will own the entire renewals work bank and manage it at portfolio level. Aligning the framework duration to the SID will create synergies in the delivery of works, encourage investment, and support supply chain development."
}
},
"secondStage": {
"successiveReduction": true,
"invitationDate": "2023-06-19T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-03-21T12:00:00Z"
},
"hasRecurrence": true,
"reviewDetails": "Network Rail will incorporate a minimum 10 calendar day standstill period after notification to unsuccessful bidders and until such point will not enter into a contract for this requirement. Part 5 of the Utilities Contracts Regulations 2016 sets out the remedies available to economic operators and provides for aggrieved economic operators to take action in the High Court of England and Wales.",
"recurrence": {
"description": "2029 - 2034"
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "Value excluding VAT: PS1,730,000,000"
},
"newValue": {
"text": "Value excluding VAT: PS1,690,000,000"
},
"where": {
"section": "II.1.5"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-448",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd"
},
"address": {
"streetAddress": "1 Eversholt Street",
"locality": "London",
"region": "UKJ",
"postalCode": "NW1 2DN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Nathan Massingham",
"telephone": "+44 1908781000",
"email": "Nathan.Massingham@networkrail.co.uk",
"url": "https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=55880"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.networkrail.co.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-449",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"locality": "London",
"postalCode": "WC2A 1AA",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-448",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en"
}