Notice Information
Notice Title
Scotland's Railway - Scotland's Lineside (Vegetation & Boundary Management) Framework
Notice Description
Scotland's Railway is running a procurement event for the Scotland Lineside Framework (SLF) which will deliver lineside de-vegetation and boundary works across Scotland's railway for 4 years with the option to extend by 3 years (1+1+1) with a maximum spend of PS227m across the life of the Framework. There are 7 Lots with opportunities for a maximum of 15 Contractors. Lots 1-3 (3 Contractors) include a minimum spend commitment of PS3million per contractor per annum across the 4-year term. Lots 4-7 (Up to 12 Contractors) has no spend commitment. Lots 1-3 Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals. Split into three geographically; West, Central & East with each tenderer only able to win one LOT and acting as the Principal Contractor with the proviso that Network Rail have the option to relax the rule of one contractor per LOT 1-3, if we fail to receive the relevant standard of tenders to meet this requirement. Lots 4-7 will be split geographically into the four Delivery Unit boundaries with a minimum of three Lineside Contractors per geographical area. Maximum of two geographical areas per supplier.
Lot Information
Lot 1 - West
Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals across the West of Scotland with an indicative work of PS50.1m in Lot 1 as set out in document A2 instructions.
Options: Option to extend by 3 years (1+1+1)
Lot 2 - CentralIncludes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals across Central Scotland with an indicative workbank of PS46.2m in Lot 2 as set out in document A2 instructions.
Options: Option to extend by 3 years (1+1+1)
Lot 3 - EastIncludes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals across the East of Scotland with an indicative work of PS69.8m in Lot 3 as set out in document A2 instructions.
Options: Option to extend by 3 years (1+1+1)
Lot 4 - GlasgowLot 4 will cover the Glasgow Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be PS10.05m for Lot 4 as set out in document A2 instructions.
Options: Option to extend by 3 years (1+1+1)
Lot 5 - MotherwellLot 5 will cover the Motherwell Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be PS10.05m for Lot 5 as set out in document A2 instructions.
Options: Option to extend by 3 years (1+1+1)
Lot 6 - EdinburghLot 6 will cover the Edinburgh Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be PS10.05m for Lot 6 as set out in document A2 instructions.
Options: Option to extend by 3 years (1+1+1)
Lot 7 - PerthLot 7 will cover the Perth Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be PS10.05m for Lot 7 as set out in document A2 instructions.
Options: Option to extend by 3 years (1+1+1)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04e5d6
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006522-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender 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
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
-
- CPV Codes
77211400 - Tree-cutting services
Notice Value(s)
- Tender Value
- £227,000,000 £100M-£1B
- Lots Value
- £206,102,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Feb 20251 years ago
- Submission Deadline
- 21 Apr 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE LTD
- Contact Name
- Not specified
- Contact Email
- john.bradshaw2@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
- 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-04e5d6-2025-02-21T09:12:10Z",
"date": "2025-02-21T09:12:10Z",
"ocid": "ocds-h6vhtk-04e5d6",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04e5d6",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Scotland's Railway - Scotland's Lineside (Vegetation & Boundary Management) Framework",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
},
"mainProcurementCategory": "services",
"description": "Scotland's Railway is running a procurement event for the Scotland Lineside Framework (SLF) which will deliver lineside de-vegetation and boundary works across Scotland's railway for 4 years with the option to extend by 3 years (1+1+1) with a maximum spend of PS227m across the life of the Framework. There are 7 Lots with opportunities for a maximum of 15 Contractors. Lots 1-3 (3 Contractors) include a minimum spend commitment of PS3million per contractor per annum across the 4-year term. Lots 4-7 (Up to 12 Contractors) has no spend commitment. Lots 1-3 Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals. Split into three geographically; West, Central & East with each tenderer only able to win one LOT and acting as the Principal Contractor with the proviso that Network Rail have the option to relax the rule of one contractor per LOT 1-3, if we fail to receive the relevant standard of tenders to meet this requirement. Lots 4-7 will be split geographically into the four Delivery Unit boundaries with a minimum of three Lineside Contractors per geographical area. Maximum of two geographical areas per supplier.",
"value": {
"amount": 227000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 7,
"maximumLotsAwardedPerSupplier": 3
},
"lots": [
{
"id": "1",
"title": "Lot 1 - West",
"description": "Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals across the West of Scotland with an indicative work of PS50.1m in Lot 1 as set out in document A2 instructions.",
"value": {
"amount": 50100000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend by 3 years (1+1+1)"
},
"status": "active"
},
{
"id": "2",
"title": "Lot 2 - Central",
"description": "Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals across Central Scotland with an indicative workbank of PS46.2m in Lot 2 as set out in document A2 instructions.",
"value": {
"amount": 46200000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend by 3 years (1+1+1)"
},
"status": "active"
},
{
"id": "3",
"title": "Lot 3 - East",
"description": "Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals across the East of Scotland with an indicative work of PS69.8m in Lot 3 as set out in document A2 instructions.",
"value": {
"amount": 69800000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend by 3 years (1+1+1)"
},
"status": "active"
},
{
"id": "Lot 4",
"title": "Lot 4 - Glasgow",
"description": "Lot 4 will cover the Glasgow Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be PS10.05m for Lot 4 as set out in document A2 instructions.",
"value": {
"amount": 10000500,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend by 3 years (1+1+1)"
},
"status": "active"
},
{
"id": "5",
"title": "Lot 5 - Motherwell",
"description": "Lot 5 will cover the Motherwell Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be PS10.05m for Lot 5 as set out in document A2 instructions.",
"value": {
"amount": 10000500,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend by 3 years (1+1+1)"
},
"status": "active"
},
{
"id": "6",
"title": "Lot 6 - Edinburgh",
"description": "Lot 6 will cover the Edinburgh Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be PS10.05m for Lot 6 as set out in document A2 instructions.",
"value": {
"amount": 10000500,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend by 3 years (1+1+1)"
},
"status": "active"
},
{
"id": "7",
"title": "Lot 7 - Perth",
"description": "Lot 7 will cover the Perth Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be PS10.05m for Lot 7 as set out in document A2 instructions.",
"value": {
"amount": 10000500,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend by 3 years (1+1+1)"
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "3"
},
{
"id": "Lot 4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "Lot 4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "7"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://networkrail.bravosolution.co.uk/web/login.html",
"documents": [
{
"id": "economic1",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical1",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-04-21T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2025-06-02T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"hasRecurrence": false
},
"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": "John.Bradshaw2@networkrail.co.uk",
"url": "https://networkrail.bravosolution.co.uk/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.networkrail.co.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-12375",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"locality": "Edinburgh",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en"
}