Notice Information
Notice Title
Development & Design Partnership Framework (NPR/IRP including Eastern Region)
Notice Description
Network Rail Infrastructure Ltd (NR) sought four suppliers to appoint to the Development and Design Partnership Framework (DDPF) to provide services and works (enabling works and intrusive surveys) for Northern Powerhouse Rail (NPR), the Integrated Rail Plan (IRP), Network North (NN) and the Eastern Region. The geographic scope of the DDPF is the area covered by the Eastern Region (https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/), as well as the routes encompassed by IRP, NN, NPR in North-West & Central. The scope of the framework covers the provision of professional development, design, technical, and all the services to deliver Engineering Stage (ES) 1 to 5 for the DDPF. Any programme allocated to framework suppliers will be instructed to proceed through the following ES only: ES1 (Requirements defined and baselined), ES2 (Constraints identified and project feasibility confirmed), ES3 (Minimum Viable Product single option identified and endorsed), ES4 (Approval in Principle), and ES5 (Construction ready design approved and requirements validated). The initial term of the DDPF is 5 years with an option to extend the framework by yearly increments up to a further 3 years. The value of the framework is an estimate only, and as such, the framework value and associated workbank is not guaranteed. The workbank allocated through the framework will be subject to our client's, the Department for Transport, instruction and funding. The DDPF's commercial model contains an incentivisation mechanism based on a weighted scorecard driven by key performance indicators. This mechanism is driven by the DDPF's Critical Success Factors, which were described in the procurement documents. The mechanism will provide a series of commercial opportunities to high-performing suppliers including advancement into further Engineering Stages for incumbent suppliers and the allocation of new programmes based on a competitive performance leaderboard.
Lot Information
Lot 1
The scope of the framework covers the provision of professional development, design, technical, and all the services to deliver Engineering Stage (ES) 1 to 5 for the DDPF. The scope of development and design services for each commission called-off from the framework will be multi-disciplinary and may comprise: Buildings & Architecture, Civils & Structural, Consents & Environment, Constructability, Cost Planning, Electrification and Plant, Geotechnical, Signalling/Train Control, Surveys (including ground investigations), Systems Engineering, Telecoms, and Track. The framework suppliers will only be allocated schemes that require advancing through Engineering Stages 1 to 5 as referenced earlier in this notice. Additional information: The framework value is for guidance only and is based on the projected spend for the potential maximum 8-year framework duration.
Options: The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 3 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03d5f1
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011384-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- 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
45 - Construction work
63 - Supporting and auxiliary transport services; travel agencies services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45213300 - Buildings associated with transport
45220000 - Engineering works and construction works
63711000 - Support services for railway transport
71000000 - Architectural, construction, engineering and inspection services
71300000 - Engineering services
71320000 - Engineering design services
71322000 - Engineering design services for the construction of civil engineering works
Notice Value(s)
- Tender Value
- £300,000,000 £100M-£1B
- Lots Value
- £300,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £300,000,000 £100M-£1B
Notice Dates
- Publication Date
- 26 Mar 202511 months ago
- Submission Deadline
- 9 Jul 2024Expired
- Future Notice Date
- 12 Jun 2023Expired
- Award Date
- 6 Mar 202511 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE LTD
- Contact Name
- Claire Smales via nprprocurementteam@networkrail.co.uk
- Contact Email
- nprprocurementteam@networkrail.co.uk
- Contact Phone
- +44 7515627735
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 8SW
- Post Town
- South East 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
Supplier Information
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03d5f1-2025-03-26T15:56:34Z",
"date": "2025-03-26T15:56:34Z",
"ocid": "ocds-h6vhtk-03d5f1",
"description": "REGISTRATION FOR THE TENDER EVENT: To submit a PQQ for this Tender, register for a free account at https://networkrail.bravosolution.co.uk. Click the 'PQQs Open To All Suppliers' link. Click on the relevant PQQ to access the content. Click the 'Express Interest' button at the top of the page. REGISTRATION FOR THE TENDER LAUNCH BRIEFING: The briefing will be virtual (Microsoft Teams) and will be held on Friday 7th June 2024 at 3pm (GMT). If you would like to attend the virtual briefing, please submit your interest by registering using the following Eventbrite event link: https://www.eventbrite.co.uk/e/development-design-partership-framework-tender-launch-event-tickets-919392907937?aff=oddtdtcreator Your registration needs to be completed by 1pm (GMT) on Friday 7th June 2024. Once registered on Eventbrite, you will be sent information regarding the sign up for the Teams webinar and you will need to follow the instructions accordingly. When registering for the event you will be asked to provide the Name and Email Address of the Key Contact of your Organisation. This does not preclude several members of the same organisation from registering. There will NOT be an opportunity to verbally ask questions during the event. Any questions or clarifications in respect of this launch event should be addressed to nprprocurementteam@networkrail.co.uk. Any questions or clarifications required concerning the tender, need to be submitted via the Bravo portal as per the Instructions to Participants within the tender documentation. NETWORK RAIL RESERVES THE RIGHT: 1. not to accept the highest scoring, or any, tender. 2. cancel the competition or part of it for any reason, and Participants' costs will not be reimbursed. 3. not to award any contract as a result of this tendering exercise commenced by publication of this notice; and 4. to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will Network Rail be liable for any costs incurred by Participants. Participants should note that tenders are submitted at the supplier's own cost and risk. Further information is provided in the Procurement Documents.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03d5f1",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Development & Design Partnership Framework (NPR/IRP including Eastern Region)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
"mainProcurementCategory": "services",
"description": "Network Rail Infrastructure Ltd (NR) sought four suppliers to appoint to the Development and Design Partnership Framework (DDPF) to provide services and works (enabling works and intrusive surveys) for Northern Powerhouse Rail (NPR), the Integrated Rail Plan (IRP), Network North (NN) and the Eastern Region. The geographic scope of the DDPF is the area covered by the Eastern Region (https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/), as well as the routes encompassed by IRP, NN, NPR in North-West & Central. The scope of the framework covers the provision of professional development, design, technical, and all the services to deliver Engineering Stage (ES) 1 to 5 for the DDPF. Any programme allocated to framework suppliers will be instructed to proceed through the following ES only: ES1 (Requirements defined and baselined), ES2 (Constraints identified and project feasibility confirmed), ES3 (Minimum Viable Product single option identified and endorsed), ES4 (Approval in Principle), and ES5 (Construction ready design approved and requirements validated). The initial term of the DDPF is 5 years with an option to extend the framework by yearly increments up to a further 3 years. The value of the framework is an estimate only, and as such, the framework value and associated workbank is not guaranteed. The workbank allocated through the framework will be subject to our client's, the Department for Transport, instruction and funding. The DDPF's commercial model contains an incentivisation mechanism based on a weighted scorecard driven by key performance indicators. This mechanism is driven by the DDPF's Critical Success Factors, which were described in the procurement documents. The mechanism will provide a series of commercial opportunities to high-performing suppliers including advancement into further Engineering Stages for incumbent suppliers and the allocation of new programmes based on a competitive performance leaderboard.",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The scope of the framework covers the provision of professional development, design, technical, and all the services to deliver Engineering Stage (ES) 1 to 5 for the DDPF. The scope of development and design services for each commission called-off from the framework will be multi-disciplinary and may comprise: Buildings & Architecture, Civils & Structural, Consents & Environment, Constructability, Cost Planning, Electrification and Plant, Geotechnical, Signalling/Train Control, Surveys (including ground investigations), Systems Engineering, Telecoms, and Track. The framework suppliers will only be allocated schemes that require advancing through Engineering Stages 1 to 5 as referenced earlier in this notice. Additional information: The framework value is for guidance only and is based on the projected spend for the potential maximum 8-year framework duration.",
"status": "cancelled",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 3 years."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45213300",
"description": "Buildings associated with transport"
},
{
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "63711000",
"description": "Support services for railway transport"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Eastern Region and routes covered by Northern Powerhouse Rail, Integrated Rail Plan, and Network North"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-06-13T00:00:00+01:00"
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://networkrail.bravosolution.co.uk/web/login.html.",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The successful suppliers are required to either hold a PCL (a Network Rail Principle Contractors Licence) or be able to facilitate it through their supply chain network in order to provide works pursuant to the DDPF. Further information is set out in the Instructions to Participants.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "See Procurement Documents",
"electronicInvoicingPolicy": "allowed"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 4,
"periodRationale": "n/a"
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-07-09T16:00:00+01:00"
},
"secondStage": {
"invitationDate": "2024-08-08T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"hasRecurrence": false,
"reviewDetails": "NR will observe a standstill period following award of the DDPF. NR shall conduct itself in accordance with the Utilities Contracts Regulations 2016 in respect of any appeals. Network Rail expressly reserves the right: (i) not to award or enter into any contract as a result of the procurement process commenced by the publication of this notice; (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; (iii) to award one or more public contract(s) in relation to part only of the requirements covered by this notice; and/or (iv) to award a contract(s) in stages."
},
"parties": [
{
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd"
},
"address": {
"streetAddress": "Waterloo General Offices",
"locality": "London",
"region": "UK",
"postalCode": "SE1 8SW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Claire Smales via nprprocurementteam@networkrail.co.uk",
"telephone": "+44 7515627735",
"email": "nprprocurementteam@networkrail.co.uk",
"url": "https://networkrail.bravosolution.co.uk/web/login.html."
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.networkrail.com",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-80887",
"name": "High Court of England and Wales Royal Courts of Justice",
"identifier": {
"legalName": "High Court of England and Wales Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC1A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "GB-FTS-137",
"name": "Cabinet Office",
"identifier": {
"legalName": "Cabinet Office"
},
"address": {
"streetAddress": "70 Whitehall",
"locality": "London",
"postalCode": "SW1A 2AS",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
},
{
"id": "GB-FTS-141901",
"name": "Amey OWR Limited",
"identifier": {
"legalName": "Amey OWR Limited"
},
"address": {
"streetAddress": "Chancery Exchange, 10 Furnival Street",
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-141902",
"name": "An unincorporated joint venture between AtkinsRealis UK Limited and Arcadis Consulting (UK) Limited",
"identifier": {
"legalName": "An unincorporated joint venture between AtkinsRealis UK Limited and Arcadis Consulting (UK) Limited"
},
"address": {
"locality": "Epsom and London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-141903",
"name": "An unincorporated joint venture between Mott MacDonald Limited and WSP UK Limited",
"identifier": {
"legalName": "An unincorporated joint venture between Mott MacDonald Limited and WSP UK Limited"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-141904",
"name": "An unincorporated joint venture between SYSTRA Limited and Ove Arup & Partners Limited",
"identifier": {
"legalName": "An unincorporated joint venture between SYSTRA Limited and Ove Arup & Partners Limited"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en",
"awards": [
{
"id": "011384-2025-1",
"relatedLots": [
"1"
],
"title": "Development and Design Partnership Framework (NPR/IRP including Eastern Region Projects)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-141901",
"name": "Amey OWR Limited"
},
{
"id": "GB-FTS-141902",
"name": "An unincorporated joint venture between AtkinsRealis UK Limited and Arcadis Consulting (UK) Limited"
},
{
"id": "GB-FTS-141903",
"name": "An unincorporated joint venture between Mott MacDonald Limited and WSP UK Limited"
},
{
"id": "GB-FTS-141904",
"name": "An unincorporated joint venture between SYSTRA Limited and Ove Arup & Partners Limited"
}
]
}
],
"contracts": [
{
"id": "011384-2025-1",
"awardID": "011384-2025-1",
"title": "Development and Design Partnership Framework (NPR/IRP including Eastern Region Projects)",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2025-03-06T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "2",
"measure": "bids",
"relatedLot": "1",
"value": 7
}
]
}
}