Notice Information
Notice Title
Network Rail North West & Central Region CP7 Frameworks: Framework Category A
Notice Description
Network Rail has put in place a number of frameworks for Control Period 7 (CP7) for the delivery of capital works in the North West & Central Region. These frameworks are divided into categories and separate Contract Award Notices relate to each of them. This Contract Award Notice relates to Framework Category A. CP7 covers the 5 year period from 1st April 2024 to 31st March 2029. The Category A Frameworks cover the North West & Central Region which is formed of 3 routes, North West, Central and West Coast South. Framework Category A This category relates to the design and build of "large projects" and includes two separate lots for projects with a value of PS7to PS200m (Lot A1) and PS7m to PS50m (Lot A2). Both lots cover the full North West and Central Region. The scope of works and services proposed to be delivered under Framework Category A is multi-disciplinary across the following three disciplines: Civil Engineering, which includes but is not limited to; * Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects. Buildings, which includes but is not limited to; * works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations. Railway Engineering, which includes but is not limited to; * projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway. The scope of the works for the three disciplines includes: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed, third party access agreements The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.
Lot Information
Lot N/A
This PIN notice relates to the forthcoming procurement event for the following framework: Framework Category A Large projects (between PS7m and PS150m). It is expected there will be two lots each comprising a multi-supplier framework. The two lots are based on anticipated project values, with one lot for projects ranging from PS7m to PS50m and another lot for projects PS50m to PS150m. Each of the lots will deliver both single discipline and multi-disciplinary large projects across the entire North West and Central Region. The disciplines to be included in each framework lot are Civil Engineering, Buildings and Railway Systems. The maximum framework duration will be 7 years, with an anticipated award date of February 2024. It is anticipated the general type of projects to be delivered under the framework may consist of the following: Civil Engineering - Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects. Buildings - includes works to existing and new Stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways associated with station locations. Railway Engineering - projects comprising of signalling, permanent way, structure modifications, telecoms and electrification work, and works associated with freight capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway. The scope of works proposed to be delivered under each lot is typically; * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed, third party access agreements The value in Section II.1.5 is an estimated value of work to be delivered through these frameworks which is envisaged to be CP7 funded by Network Rail. This value does not take into account any work which a third party may fund which is not known at this stage.
Lot A1 - Regional Multi-discipline PS7m - PS200m ProjectsNetwork Rail is looking to appoint two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between PS7m and PS200m. The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines: Civil Engineering, which includes but is not limited to; * Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects. Buildings, which includes but is not limited to; * works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations. Railway Engineering, which includes but is not limited to; * projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway. The scope of the works for the three disciplines includes: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed, third party access agreements The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets. Two Suppliers will be awarded a framework agreement for Lot A1 covering the Region. Network Rail intends to allocate works to the relevant supplier using a direct award process on a 'next in line' allocation as set out in the framework agreement. The two framework suppliers will be allocated projects with an estimated final cost between PS50m and PS200m on a rotational basis. In addition, these two framework suppliers will also be allocated projects with an estimated final cost between PS7m and PS50 on a rotation basis along with the two Lot A2 framework suppliers (see further description below for Lot A2). The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in Lot A1 would have an estimated anticipated value in the range of PS145m to PS155.375m. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (1 month), initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years (following a 1 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of lot A1 will be in the range of PS290m to PS310.75m for the 85 month duration.
Lot A2 - Multi-discipline PS7m - PS50m projectsNetwork Rail is looking to appoint two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region, for projects with a value between PS7m and PS50m. The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines: Civil Engineering, which includes but is not limited to; * Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects. Buildings, which includes but is not limited to; * works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations. Railway Engineering, which includes but is not limited to; * projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway. The scope of the works for the three disciplines includes: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed, third party access agreements The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets. Two Suppliers will be awarded a framework agreement for Lot A2 covering the Region. Network Rail intends to allocate works to the relevant supplier using a direct award process on a 'next in line' allocation as set out in the framework agreement. The two framework suppliers will be allocated projects with an anticipated final cost between PS7m and PS50m on a rotational basis, along with the two Lot A1 framework suppliers (see above description for Lot A1). The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in Lot A2 would have an estimated anticipated value in the range of PS85m to PS89.625m. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (1 month, initial term (60 months) and renewal options (24 months).
Renewal: The initial term of the framework will be 5 years (following a 1 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of lot A2 will be in the range of PS170m to PS179.25m for the 85 month duration.
Lot A1 - Regional Multi-discipline PS7m - PS200m ProjectsNetwork Rail has appointed two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between PS7m and PS200m. The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines: Civil Engineering, which includes but is not limited to; * Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects. Buildings, which includes but is not limited to; * works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations. Railway Engineering, which includes but is not limited to; * projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway. The scope of the works for the three disciplines includes: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed, third party access agreements The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.
Options: The initial term of the framework will be 5 years (following a 1 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Lot A2 - Multi-discipline PS7m - PS50m projectsNetwork Rail has appointed two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between PS7m and PS50m. The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines: Civil Engineering, which includes but is not limited to; * Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects. Buildings, which includes but is not limited to; * works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations. Railway Engineering, which includes but is not limited to; * projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway. The scope of the works for the three disciplines includes: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed, third party access agreements The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets. Two Suppliers have been awarded a framework agreement for Lot A2 covering the Region. Network Rail intends to allocate works to the relevant supplier using a direct award process on a 'next in line' allocation as set out in the framework agreement. The two framework suppliers will be allocated projects with an anticipated final cost between PS7m and PS50m on a rotational basis, along with the two Lot A1 framework suppliers (see above description for Lot A1)
Options: The initial term of the framework will be 5 years (following a 1 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03b247
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009738-2024
- 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
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
34632300 - Electrical installations for railways
45000000 - Construction work
45100000 - Site preparation work
45210000 - Building construction work
45213320 - Construction work for buildings relating to railway transport
45213321 - Railway station construction work
45221112 - Railway bridge construction work
45221122 - Railway viaduct construction work
45221242 - Railway tunnel construction work
45234000 - Construction work for railways and cable transport systems
45234100 - Railway construction works
45234114 - Railway embankment construction work
45234115 - Railway signalling works
45234116 - Track construction works
45315400 - High voltage installation work
45315600 - Low-voltage installation work
50225000 - Railway-track maintenance services
51100000 - Installation services of electrical and mechanical equipment
71311230 - Railway engineering services
71320000 - Engineering design services
71322000 - Engineering design services for the construction of civil engineering works
Notice Value(s)
- Tender Value
- £490,000,000 £100M-£1B
- Lots Value
- £490,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 26 Mar 20241 years ago
- Submission Deadline
- 28 Jul 2023Expired
- Future Notice Date
- 17 Apr 2023Expired
- Award Date
- 12 Mar 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
- Sam Allsop
- Contact Email
- nw&ccp7procurement@networkrail.co.uk, sam.allsop@networkrail.co.uk
- Contact Phone
- +44 1908781000
Buyer Location
- Locality
- LONDON
- Postcode
- NW1 2DN
- Post Town
- North West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- Not specified
-
- Local Authority
- Lambeth
- Electoral Ward
- Waterloo & South Bank
- Westminster Constituency
- Vauxhall and Camberwell Green
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03b247-2024-03-26T09:29:25Z",
"date": "2024-03-26T09:29:25Z",
"ocid": "ocds-h6vhtk-03b247",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03b247",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Network Rail North West & Central Region CP7 Frameworks: Framework Category A",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Network Rail has put in place a number of frameworks for Control Period 7 (CP7) for the delivery of capital works in the North West & Central Region. These frameworks are divided into categories and separate Contract Award Notices relate to each of them. This Contract Award Notice relates to Framework Category A. CP7 covers the 5 year period from 1st April 2024 to 31st March 2029. The Category A Frameworks cover the North West & Central Region which is formed of 3 routes, North West, Central and West Coast South. Framework Category A This category relates to the design and build of \"large projects\" and includes two separate lots for projects with a value of PS7to PS200m (Lot A1) and PS7m to PS50m (Lot A2). Both lots cover the full North West and Central Region. The scope of works and services proposed to be delivered under Framework Category A is multi-disciplinary across the following three disciplines: Civil Engineering, which includes but is not limited to; * Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects. Buildings, which includes but is not limited to; * works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations. Railway Engineering, which includes but is not limited to; * projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway. The scope of the works for the three disciplines includes: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed, third party access agreements The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.",
"value": {
"amount": 490000000,
"currency": "GBP"
},
"lots": [
{
"id": "N/A",
"description": "This PIN notice relates to the forthcoming procurement event for the following framework: Framework Category A Large projects (between PS7m and PS150m). It is expected there will be two lots each comprising a multi-supplier framework. The two lots are based on anticipated project values, with one lot for projects ranging from PS7m to PS50m and another lot for projects PS50m to PS150m. Each of the lots will deliver both single discipline and multi-disciplinary large projects across the entire North West and Central Region. The disciplines to be included in each framework lot are Civil Engineering, Buildings and Railway Systems. The maximum framework duration will be 7 years, with an anticipated award date of February 2024. It is anticipated the general type of projects to be delivered under the framework may consist of the following: Civil Engineering - Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects. Buildings - includes works to existing and new Stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways associated with station locations. Railway Engineering - projects comprising of signalling, permanent way, structure modifications, telecoms and electrification work, and works associated with freight capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway. The scope of works proposed to be delivered under each lot is typically; * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed, third party access agreements The value in Section II.1.5 is an estimated value of work to be delivered through these frameworks which is envisaged to be CP7 funded by Network Rail. This value does not take into account any work which a third party may fund which is not known at this stage.",
"status": "planned"
},
{
"id": "A1",
"title": "Lot A1 - Regional Multi-discipline PS7m - PS200m Projects",
"description": "Network Rail is looking to appoint two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between PS7m and PS200m. The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines: Civil Engineering, which includes but is not limited to; * Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects. Buildings, which includes but is not limited to; * works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations. Railway Engineering, which includes but is not limited to; * projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway. The scope of the works for the three disciplines includes: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed, third party access agreements The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets. Two Suppliers will be awarded a framework agreement for Lot A1 covering the Region. Network Rail intends to allocate works to the relevant supplier using a direct award process on a 'next in line' allocation as set out in the framework agreement. The two framework suppliers will be allocated projects with an estimated final cost between PS50m and PS200m on a rotational basis. In addition, these two framework suppliers will also be allocated projects with an estimated final cost between PS7m and PS50 on a rotation basis along with the two Lot A2 framework suppliers (see further description below for Lot A2). The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in Lot A1 would have an estimated anticipated value in the range of PS145m to PS155.375m. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (1 month), initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 310750000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2550
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (following a 1 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of lot A1 will be in the range of PS290m to PS310.75m for the 85 month duration."
},
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "A2",
"title": "Lot A2 - Multi-discipline PS7m - PS50m projects",
"description": "Network Rail is looking to appoint two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region, for projects with a value between PS7m and PS50m. The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines: Civil Engineering, which includes but is not limited to; * Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects. Buildings, which includes but is not limited to; * works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations. Railway Engineering, which includes but is not limited to; * projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway. The scope of the works for the three disciplines includes: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed, third party access agreements The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets. Two Suppliers will be awarded a framework agreement for Lot A2 covering the Region. Network Rail intends to allocate works to the relevant supplier using a direct award process on a 'next in line' allocation as set out in the framework agreement. The two framework suppliers will be allocated projects with an anticipated final cost between PS7m and PS50m on a rotational basis, along with the two Lot A1 framework suppliers (see above description for Lot A1). The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in Lot A2 would have an estimated anticipated value in the range of PS85m to PS89.625m. Additional information: The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (1 month, initial term (60 months) and renewal options (24 months).",
"value": {
"amount": 179250000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2550
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the framework will be 5 years (following a 1 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of lot A2 will be in the range of PS170m to PS179.25m for the 85 month duration."
},
"secondStage": {
"minimumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "Lot A1",
"title": "Lot A1 - Regional Multi-discipline PS7m - PS200m Projects",
"description": "Network Rail has appointed two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between PS7m and PS200m. The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines: Civil Engineering, which includes but is not limited to; * Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects. Buildings, which includes but is not limited to; * works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations. Railway Engineering, which includes but is not limited to; * projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway. The scope of the works for the three disciplines includes: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed, third party access agreements The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 1 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
},
{
"id": "Lot A2",
"title": "Lot A2 - Multi-discipline PS7m - PS50m projects",
"description": "Network Rail has appointed two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between PS7m and PS50m. The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines: Civil Engineering, which includes but is not limited to; * Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects. Buildings, which includes but is not limited to; * works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations. Railway Engineering, which includes but is not limited to; * projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway. The scope of the works for the three disciplines includes: * Feasibility * Survey, investigation, and reporting * Option selection (involving outline methodology) * Outline and detailed design (including temporary works) * Implementation (including demolition) * Commissioning * Hand back into maintenance * Statutory consents and permissions * If directed, third party access agreements The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets. Two Suppliers have been awarded a framework agreement for Lot A2 covering the Region. Network Rail intends to allocate works to the relevant supplier using a direct award process on a 'next in line' allocation as set out in the framework agreement. The two framework suppliers will be allocated projects with an anticipated final cost between PS7m and PS50m on a rotational basis, along with the two Lot A1 framework suppliers (see above description for Lot A1)",
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years (following a 1 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years."
},
"status": "cancelled"
}
],
"items": [
{
"id": "N/A",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34632300",
"description": "Electrical installations for railways"
},
{
"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": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "N/A"
},
{
"id": "A1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34632300",
"description": "Electrical installations for railways"
},
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation 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": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "50225000",
"description": "Railway-track maintenance services"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route). More information can be found here: https://www.networkrail.co.uk/running-the-ra"
},
"relatedLot": "A1"
},
{
"id": "A2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34632300",
"description": "Electrical installations for railways"
},
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation 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": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "50225000",
"description": "Railway-track maintenance services"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West Route. More information can be found here: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/"
},
"relatedLot": "A2"
},
{
"id": "Lot A1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34632300",
"description": "Electrical installations for railways"
},
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation 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": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "50225000",
"description": "Railway-track maintenance services"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route). More information can be found here: https://www.networkrail.co.uk/running-the-ra"
},
"relatedLot": "Lot A1"
},
{
"id": "Lot A2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34632300",
"description": "Electrical installations for railways"
},
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation 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": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45234000",
"description": "Construction work for railways and cable transport systems"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
},
{
"scheme": "CPV",
"id": "50225000",
"description": "Railway-track maintenance services"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Network Rail's North West & Central Region (comprising the North West Route, Central Route and West Coast South Route). More information can be found here: https://www.networkrail.co.uk/running-the-ra"
},
"relatedLot": "Lot A2"
}
],
"communication": {
"futureNoticeDate": "2023-04-18T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://www.networkrail.bravosolution.co.uk/",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 4
}
},
"tenderPeriod": {
"endDate": "2023-07-28T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2023-09-22T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"hasRecurrence": false,
"reviewDetails": "Network Rail will incorporate a minimum 10 calendar day standstill period at the point information on award of the framework agreement is communicated to participants. Appeals must be lodged in accordance with the Utilities Contracts Regulations 2016 (SI 2016 No. 274) as amended."
},
"parties": [
{
"id": "GB-FTS-448",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd"
},
"address": {
"streetAddress": "1 Eversholt Street",
"locality": "London",
"region": "UK",
"postalCode": "NW1 2DN",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1908781000",
"email": "NW&CCP7Procurement@Networkrail.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.networkrail.co.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"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": {
"telephone": "+44 1908781000",
"email": "Sam.Allsop@networkrail.co.uk",
"url": "https://www.networkrail.bravosolution.co.uk/",
"name": "Sam Allsop"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.networkrail.co.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-85488",
"name": "See V1.4.3 below",
"identifier": {
"legalName": "See V1.4.3 below"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-109063",
"name": "Skanska Construction (UK) Limited",
"identifier": {
"legalName": "Skanska Construction (UK) Limited"
},
"address": {
"streetAddress": "Hercules Way, Leavesden, Watford, United Kingdom, WD25 7G",
"locality": "Watford",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-109064",
"name": "Kier Infrastructure & Overseas Limited",
"identifier": {
"legalName": "Kier Infrastructure & Overseas Limited"
},
"address": {
"streetAddress": "2nd Floor Optimum House, Clippers Quay, Salford, England, M50 3XP",
"locality": "Salford",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-109065",
"name": "Octavius Infrastructure Limited",
"identifier": {
"legalName": "Octavius Infrastructure Limited"
},
"address": {
"streetAddress": "4th Floor, 45 London Road, Reigate, Surrey, RH2 9PY",
"locality": "Surrey",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-109066",
"name": "Story Contracting Limited",
"identifier": {
"legalName": "Story Contracting Limited"
},
"address": {
"streetAddress": "Burgh Road Industrial Estate, Carlisle, Cumbria, CA2 7NA",
"locality": "Carlisle",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-449",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"locality": "London",
"postalCode": "WC2A 1AA",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody",
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en",
"description": "The estimated value at II.1.7 relates to the full duration of the agreement, including the mobilisation period (1 month), initial term (60 months) and renewal options (24 months). The estimated total value at section II.1.7 is based on Network Rail's current forecast of future spend under the frameworks. It should be noted, however, that these values are Network Rail's best estimate based on currently available information, and in particular that any third party spend is not certain at this stage. The final value of the frameworks may therefore be higher or lower.",
"awards": [
{
"id": "009738-2024-1",
"relatedLots": [
"Lot A1"
],
"title": "Lot A1 - Regional Multi-discipline PS7m - PS200m Projects",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-109063",
"name": "Skanska Construction (UK) Limited"
}
]
},
{
"id": "009738-2024-2",
"relatedLots": [
"Lot A1"
],
"title": "Lot A1 - Regional Multi-discipline PS7m - PS200m Projects",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-109064",
"name": "Kier Infrastructure & Overseas Limited"
}
]
},
{
"id": "009738-2024-3",
"relatedLots": [
"Lot A2"
],
"title": "Lot A2 - Multi-discipline PS7m - PS50m projects",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-109065",
"name": "Octavius Infrastructure Limited"
}
]
},
{
"id": "009738-2024-4",
"relatedLots": [
"Lot A2"
],
"title": "Lot A2 - Multi-discipline PS7m - PS50m projects",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-109066",
"name": "Story Contracting Limited"
}
]
}
],
"contracts": [
{
"id": "009738-2024-1",
"awardID": "009738-2024-1",
"title": "Lot A1 - Regional Multi-discipline PS7m - PS200m Projects",
"status": "active",
"dateSigned": "2024-03-19T00:00:00Z"
},
{
"id": "009738-2024-2",
"awardID": "009738-2024-2",
"title": "Lot A1 - Regional Multi-discipline PS7m - PS200m Projects",
"status": "active",
"dateSigned": "2024-03-12T00:00:00Z"
},
{
"id": "009738-2024-3",
"awardID": "009738-2024-3",
"title": "Lot A2 - Multi-discipline PS7m - PS50m projects",
"status": "active",
"dateSigned": "2024-03-12T00:00:00Z"
},
{
"id": "009738-2024-4",
"awardID": "009738-2024-4",
"title": "Lot A2 - Multi-discipline PS7m - PS50m projects",
"status": "active",
"dateSigned": "2024-03-12T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "Lot A1",
"value": 5
},
{
"id": "2",
"measure": "bids",
"relatedLot": "Lot A1",
"value": 5
},
{
"id": "3",
"measure": "bids",
"relatedLot": "Lot A2",
"value": 8
},
{
"id": "4",
"measure": "bids",
"relatedLot": "Lot A2",
"value": 8
}
]
}
}