Notice Information
Notice Title
Midlands Rail Hub Alliance - Alliance Partners (Non-Signalling Disciplines)
Notice Description
Network Rail is responsible for maintaining, developing and operating Great Britain's railway infrastructure. The Midlands Rail Hub (MRH) is a programme of works covering a series of multidisciplinary infrastructure interventions to be undertaken across the West, Central and East Midlands of the UK. MRH will deliver a number of additional services between central Birmingham and key regional cities and transport hubs. The MRH programme will be delivered through an Alliance delivery model with Alliance members consisting of: - Network Rail (having two roles - one as a member of the Alliance and the other as Client); - Multi-Disciplinary Partner(s) (covering all disciplines except signalling, power and communication roles set out in the Alliance scope document) appointed pursuant to this Contract Award Notice; and - A Signalling Partner (covering the signalling, power and communication roles set out in the Alliance scope document) appointed via a separate sourcing event.
Lot Information
Lot 1
The key objectives of MRH are to improve connectivity across the Midlands region; boost economic growth; maximise use of HS2 to London through interchange in Central Birmingham; improve access to jobs, leisure, healthcare, and education; optimise the utilisation of station capacity in central Birmingham; and make rail journeys more attractive and encourage modal shift to rail. The scope of the Alliance includes, but is not limited to, the design and build of: new platforms and sidings; up to two new chords into Birmingham Moor Street; widening of existing viaduct; power supply upgrades; new freight loops; new overhead line equipment (OLE) and various signalling works including the re-modelling of existing layouts. The MRH programme consists of multidisciplinary infrastructure interventions are split over three sections described as West, Central and East according to the additional train services that they enable. The scope is currently divided into eight interventions across the three sections: West & Central Midlands interventions at Snow Hill, King's Norton to Barnt Green (and interventions at King's Norton and Barnt Green) and Birmingham Bordesley to Moor Street are in the process of securing final funding approval and are intended to be the initial deliverables. Additional interventions are also in scope of MRH and may be delivered subject to funding decisions and design development including West & Central interventions at Worcester to Hereford and Stoke Works Junction and East Midlands interventions at Water Orton and Nuneaton to Wigston. East interventions are at an earlier stage of design development and are intended to form part of a separate business case; these interventions are subject to future funding decisions. It is also envisaged that the West intervention of Worcester-Hereford will be delivered by the Alliance but does not form part of the initial deliverables and is dependent upon as yet uncommitted renewals in the Worcester area. The total Alliance Anticipated Final Cost (AFC) excluding VAT is circa PS1.1m--PS1.5bn GBP. The AFC is split between the initial deliverables and additional interventions as follows: - Initial deliverables (predominantly interventions in West and Central) are circa: - Multi-Disciplinary (non-signalling, power and communications): PS700m-PS800m GBP (excluding VAT) - Signalling, power and communications; PS150m-PS250m GBP (excluding VAT) - Additional interventions (predominantly East) are circa: - Multi-Disciplinary (non-signalling power and communications: PS250m-PS350m GBP (excluding VAT); - Signalling, power and communications; PS50m-PS100m GBP (excluding VAT) These figures are indicative only. Network Rail has appointed all Partners to the Alliance using a modified NR35 Alliance Contract (based on the NEC4 Alliance Contract). Network Rail and each of the Partners have signed one Alliance contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-041c19
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/084917-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- 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
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45000000 - Construction work
45100000 - Site preparation work
45111213 - Site-clearance work
45200000 - Works for complete or part construction and civil engineering work
45210000 - Building construction work
45213320 - Construction work for buildings relating to railway transport
45213321 - Railway station construction work
45221112 - Railway bridge construction work
45221122 - Railway viaduct construction work
45221242 - Railway tunnel construction work
45232210 - Overhead line construction
45234100 - Railway construction works
45234114 - Railway embankment construction work
71321000 - Engineering design services for mechanical and electrical installations for buildings
71322000 - Engineering design services for the construction of civil engineering works
71332000 - Geotechnical engineering services
Notice Value(s)
- Tender Value
- £1,380,000,000 £1B-£10B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £103,509,864 £100M-£1B
Notice Dates
- Publication Date
- 19 Dec 20252 months ago
- Submission Deadline
- 24 Apr 2024Expired
- Future Notice Date
- 15 Feb 2024Expired
- Award Date
- 17 Dec 20252 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
- Louise Mackay
- Contact Email
- louise.mackay@networkrail.co.uk
- Contact Phone
- +44 1908781000
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
- TLF East Midlands (England), TLG West Midlands (England)
-
- 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-041c19-2025-12-19T13:22:27Z",
"date": "2025-12-19T13:22:27Z",
"ocid": "ocds-h6vhtk-041c19",
"description": "Following publication of a prior indicative notice (reference 2023/S 000-034592) Network Rail held a virtual market briefing session on 19 January 2024. The session covered an overview of MRH scope, the Alliance contract and key mechanics under the contract. A copy of this briefing session is provided as part of the procurement documents. Pre-qualification: Organisations wishing to express an interest in this opportunity must complete and submit a PQQ response by the date specified in Section IV.2.2. Submitting a response to this Contract Notice does not guarantee that a candidate will be invited to tender. Network Rail reserves the right to disqualify any candidate who provides information or confirmations which later prove to be untrue or incorrect; does not supply the information required by the PQQ or as otherwise directed during the procurement event; or does not meet the criteria stated in the PQQ. A pack of procurement documents (including the PQQ instructions and questionnaire) is being made available at the Network Rail's sourcing platform: https://www.networkrail.bravosolution.co.uk. In order to access the procurement documents, interested organisations must register on the Bravo system (via the link above). If there are any difficulties in registering or accessing the procurement documents, please contact Network Rail via the email address stated in Section I.1. Interested organisations should note that the tender stage will include collaborative and behavioural assessments. These assessment will include interviews and group workshop assessments. Further details of the assessments, required attendees and administrative arrangements will be provided at ITT launch. Network Rail reserves the right to change any aspect of, suspend or terminate this procurement event and/or consider alternative procurement options. Under no circumstances shall Network Rail incur any liability (costs or otherwise) arising from an organisation expressing an interest in, preparing responses to and/or participating in this procurement.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-041c19",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Midlands Rail Hub Alliance - Alliance Partners (Non-Signalling Disciplines)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
"mainProcurementCategory": "works",
"description": "Network Rail is responsible for maintaining, developing and operating Great Britain's railway infrastructure. The Midlands Rail Hub (MRH) is a programme of works covering a series of multidisciplinary infrastructure interventions to be undertaken across the West, Central and East Midlands of the UK. MRH will deliver a number of additional services between central Birmingham and key regional cities and transport hubs. The MRH programme will be delivered through an Alliance delivery model with Alliance members consisting of: - Network Rail (having two roles - one as a member of the Alliance and the other as Client); - Multi-Disciplinary Partner(s) (covering all disciplines except signalling, power and communication roles set out in the Alliance scope document) appointed pursuant to this Contract Award Notice; and - A Signalling Partner (covering the signalling, power and communication roles set out in the Alliance scope document) appointed via a separate sourcing event.",
"value": {
"amount": 1380000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The key objectives of MRH are to improve connectivity across the Midlands region; boost economic growth; maximise use of HS2 to London through interchange in Central Birmingham; improve access to jobs, leisure, healthcare, and education; optimise the utilisation of station capacity in central Birmingham; and make rail journeys more attractive and encourage modal shift to rail. The scope of the Alliance includes, but is not limited to, the design and build of: new platforms and sidings; up to two new chords into Birmingham Moor Street; widening of existing viaduct; power supply upgrades; new freight loops; new overhead line equipment (OLE) and various signalling works including the re-modelling of existing layouts. The MRH programme consists of multidisciplinary infrastructure interventions are split over three sections described as West, Central and East according to the additional train services that they enable. The scope is currently divided into eight interventions across the three sections: West & Central Midlands interventions at Snow Hill, King's Norton to Barnt Green (and interventions at King's Norton and Barnt Green) and Birmingham Bordesley to Moor Street are in the process of securing final funding approval and are intended to be the initial deliverables. Additional interventions are also in scope of MRH and may be delivered subject to funding decisions and design development including West & Central interventions at Worcester to Hereford and Stoke Works Junction and East Midlands interventions at Water Orton and Nuneaton to Wigston. East interventions are at an earlier stage of design development and are intended to form part of a separate business case; these interventions are subject to future funding decisions. It is also envisaged that the West intervention of Worcester-Hereford will be delivered by the Alliance but does not form part of the initial deliverables and is dependent upon as yet uncommitted renewals in the Worcester area. The total Alliance Anticipated Final Cost (AFC) excluding VAT is circa PS1.1m--PS1.5bn GBP. The AFC is split between the initial deliverables and additional interventions as follows: - Initial deliverables (predominantly interventions in West and Central) are circa: - Multi-Disciplinary (non-signalling, power and communications): PS700m-PS800m GBP (excluding VAT) - Signalling, power and communications; PS150m-PS250m GBP (excluding VAT) - Additional interventions (predominantly East) are circa: - Multi-Disciplinary (non-signalling power and communications: PS250m-PS350m GBP (excluding VAT); - Signalling, power and communications; PS50m-PS100m GBP (excluding VAT) These figures are indicative only. Network Rail has appointed all Partners to the Alliance using a modified NR35 Alliance Contract (based on the NEC4 Alliance Contract). Network Rail and each of the Partners have signed one Alliance contract.",
"status": "cancelled",
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45111213",
"description": "Site-clearance work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45221122",
"description": "Railway viaduct construction work"
},
{
"scheme": "CPV",
"id": "45221242",
"description": "Railway tunnel construction work"
},
{
"scheme": "CPV",
"id": "45232210",
"description": "Overhead line construction"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234114",
"description": "Railway embankment construction work"
},
{
"scheme": "CPV",
"id": "71321000",
"description": "Engineering design services for mechanical and electrical installations for buildings"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71332000",
"description": "Geotechnical engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKF"
},
{
"region": "UKG"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2024-02-15T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://www.networkrail.bravosolution.co.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As stated in the procurement documents.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"tenderPeriod": {
"endDate": "2024-04-24T17:00:00+01:00"
},
"secondStage": {
"invitationDate": "2024-06-26T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 270
}
},
"hasRecurrence": false,
"reviewDetails": "In accordance with the Utilities Contracts Regulations 2016, Network Rail will incorporate a minimum 10 calendar day standstill period prior to the award of any contract pursuant to this Contract Notice."
},
"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": {
"telephone": "+44 1908781000",
"email": "Louise.Mackay@networkrail.co.uk",
"name": "Louise Mackay",
"url": "https://www.networkrail.bravosolution.co.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.networkrail.co.uk",
"classifications": [
{
"id": "RAILWAY_SERVICES",
"scheme": "TED_CE_ACTIVITY",
"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"
]
},
{
"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-169764",
"name": "VolkerRail Limited",
"identifier": {
"legalName": "VolkerRail Limited"
},
"address": {
"locality": "Hoddesdon",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-169765",
"name": "Laing O'Rourke Delivery Limited",
"identifier": {
"legalName": "Laing O'Rourke Delivery Limited"
},
"address": {
"locality": "Dartford",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-169766",
"name": "AtkinsRealis UK Limited",
"identifier": {
"legalName": "AtkinsRealis UK Limited"
},
"address": {
"locality": "Epsom",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-169767",
"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": "W1CA 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en",
"awards": [
{
"id": "084917-2025-ecm_49994-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-169764",
"name": "VolkerRail Limited"
},
{
"id": "GB-FTS-169765",
"name": "Laing O'Rourke Delivery Limited"
},
{
"id": "GB-FTS-169766",
"name": "AtkinsRealis UK Limited"
}
]
}
],
"contracts": [
{
"id": "084917-2025-ecm_49994-1",
"awardID": "084917-2025-ecm_49994-1",
"status": "active",
"value": {
"amount": 103509864,
"currency": "GBP"
},
"dateSigned": "2025-12-17T00:00:00Z"
}
]
}