Notice Information
Notice Title
Framework Agreement for Construction and Infrastructure Works (Minor, Major and Depot Projects)
Notice Description
GWR is seeking to establish a Framework Agreement for the delivery of construction and infrastructure works across its property and depot estates. The framework will cover a broad range of project types including minor building works, refurbishments, renewals, upgrades, and new construction at stations, depots, and operational facilities. The framework will be divided into three lots: Lot 1 - Minor Works: General building, refurbishment, and maintenance. Lot 2 - Stations Major Works: Station upgrade and construction projects. Lot 3 - Depot Works: Building and infrastructure improvements at depot sites The framework will operate for a period of 3 years with an optional 1-year extension (3 + 1 years) and will be structured as an open framework, allowing supplier refresh during its lifetime. Works will be called off under adapted JCT contract forms (Minor Works, Intermediate with Contractor's Design, or Design & Build, as applicable) and will be awarded via mini-competitions. All works must be delivered to the required safety, quality, and environmental standards, ensuring minimal disruption to operational sites and alignment with the contracting authority's sustainability objectives.
Lot Information
Minor Works
General minor construction, refurbishment, and maintenance works across our network of station and staff accommodation. Typical works may include: General building repairs, redecoration, and refurbishments. Small-scale structural alterations, roofing, and drainage works. Minor extensions, fit-outs, or internal layout changes. Mechanical and electrical upgrades associated with minor works. External works such as fencing, paving, and minor civil engineering. Projects under this lot will generally be short duration, low complexity, and delivered in live operational environments where flexibility and responsiveness are essential.
Renewal: 3 year initial contract term with an option to extend for a further 12 months.
Stations Major WorksSignificant upgrades, refurbishments, and new build works at station locations. Typical works may include: Station building refurbishments and structural alterations. Platform extensions, canopies, and accessibility improvements. Construction of new station buildings, facilities, or extensions. Major mechanical, electrical, and public realm works at stations. Upgrades to passenger areas, retail units, and back-of-house facilities. Projects in this lot will often be multi-disciplinary and may require detailed design input, stakeholder coordination, and work within live passenger environments.
Renewal: 3 year initial contract term with an option to extend for a further 12 months.
Depot WorksInfrastructure improvements, building works, and specialist upgrades at depot facilities. Typical works may include: Construction, refurbishment, or extension of depot buildings and workshops. Infrastructure upgrades such as drainage, hardstanding, and utilities. Specialist rail depot systems Office and welfare accommodation refurbishments within depot environments. Structural, mechanical, or electrical improvements to support operational efficiency. Projects under this lot will require careful planning and delivery in live operational and safety-critical environments, often with restricted access and coordination with depot management teams.
Renewal: 3 year initial contract term with an option to extend for a further 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05dd25
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/072199-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
45000000 - Construction work
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £90,000,000 £10M-£100M
- Lots Value
- £88,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Nov 20253 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2029 3-4 years
- 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
- FIRST GREATER WESTERN LIMITED
- Contact Name
- Not specified
- Contact Email
- procurement@gwr.com
- Contact Phone
- Not specified
Buyer Location
- Locality
- WILTSHIRE
- Postcode
- SN1 1HL
- Post Town
- Swindon
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK7 Gloucestershire and Wiltshire
- Small Region (ITL 3)
- TLK71 Swindon
- Delivery Location
- TLI London, TLJ South East (England), TLK South West (England)
-
- Local Authority
- Swindon
- Electoral Ward
- Central
- Westminster Constituency
- Swindon South
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/072199-2025
7th November 2025 - Tender notice on Find a Tender
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-05dd25-2025-11-07T16:51:11Z",
"date": "2025-11-07T16:51:11Z",
"ocid": "ocds-h6vhtk-05dd25",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-05113733",
"name": "FIRST GREATER WESTERN LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "05113733"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PXVG-2764-GZCQ"
}
],
"address": {
"streetAddress": "Milford House 1 Milford Street",
"locality": "Wiltshire",
"postalCode": "SN1 1HL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK14"
},
"contactPoint": {
"email": "procurement@gwr.com"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "privateUtility",
"description": "Private utility"
}
]
}
}
],
"buyer": {
"id": "GB-COH-05113733",
"name": "FIRST GREATER WESTERN LIMITED"
},
"tender": {
"id": "ocds-h6vhtk-05dd25",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Framework Agreement for Construction and Infrastructure Works (Minor, Major and Depot Projects)",
"description": "GWR is seeking to establish a Framework Agreement for the delivery of construction and infrastructure works across its property and depot estates. The framework will cover a broad range of project types including minor building works, refurbishments, renewals, upgrades, and new construction at stations, depots, and operational facilities. The framework will be divided into three lots: Lot 1 - Minor Works: General building, refurbishment, and maintenance. Lot 2 - Stations Major Works: Station upgrade and construction projects. Lot 3 - Depot Works: Building and infrastructure improvements at depot sites The framework will operate for a period of 3 years with an optional 1-year extension (3 + 1 years) and will be structured as an open framework, allowing supplier refresh during its lifetime. Works will be called off under adapted JCT contract forms (Minor Works, Intermediate with Contractor's Design, or Design & Build, as applicable) and will be awarded via mini-competitions. All works must be delivered to the required safety, quality, and environmental standards, ensuring minimal disruption to operational sites and alignment with the contracting authority's sustainability objectives.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
}
],
"value": {
"amountGross": 108000000,
"amount": 90000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Procedure steps: Stage 1: Expression of Interest for each Lot. Stage 2: All registered suppliers will be invited to submit a response covering both qualification and quality evaluation criteria. Evaluation: submissions will be assessed against published conditions of participation of the Stage 2 (financial standing, insurance), and award criteria including technical capability, case studies, sustainability, and acceptance of terms. No individual projects will be awarded at this point. Framework Appointment: The highest-scoring suppliers will be appointed to the framework for a period of 3 years with an optional 1-year extension (3 + 1 years) for each Lot. Call-Off Process: Future works will be awarded via mini-competitions (call-off tenders) under the relevant variation of JCT contract type. Which will be evaluated on technical and commercial elements dependant on project requirements."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"method": "withReopeningCompetition",
"type": "closed",
"description": "All interested suppliers will submit a tender addressing both selection and award criteria. Tenders will be evaluated against published criteria covering financial standing, technical capability, quality, sustainability. The highest-scoring suppliers will be appointed to the framework for a period of 3 years with an optional 1-year extension (3 + 1 years). The framework will operate on an open basis, allowing new suppliers to be added during its term to maintain competitiveness and capability. Call-Off Tenders: Once appointed, framework suppliers will be invited to compete for individual projects through mini-competitions. Each mini-competition will include a defined scope, pricing schedule, and specific evaluation criteria. Evaluation weightings for Technical and Commercial submissions will vary depending on the complexity and nature of the project, typically within the following ranges: Technical: 10% - 90% Commercial: 10% - 90% The applicable weighting for each mini-competition will be clearly stated in the call-off documentation. Call-off contracts will be awarded under the relevant adapted JCT contract form (Minor Works, Intermediate with Contractor's Design, or Design & Build). This process ensures a fair, transparent, and flexible framework that maintains competitive tension while achieving the best balance of quality and value for money across all works.",
"openFrameworkSchemeEndDate": "2030-04-01T23:59:59+01:00"
}
},
"submissionMethodDetails": "https://procurement.gwr.com/tenders/12-tenders/gwr-notice/111-fww",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-12-05T18:00:00Z",
"awardPeriod": {
"endDate": "2026-02-13T23:59:59Z"
},
"lots": [
{
"id": "1",
"title": "Minor Works",
"description": "General minor construction, refurbishment, and maintenance works across our network of station and staff accommodation. Typical works may include: General building repairs, redecoration, and refurbishments. Small-scale structural alterations, roofing, and drainage works. Minor extensions, fit-outs, or internal layout changes. Mechanical and electrical upgrades associated with minor works. External works such as fencing, paving, and minor civil engineering. Projects under this lot will generally be short duration, low complexity, and delivered in live operational environments where flexibility and responsiveness are essential.",
"status": "active",
"value": {
"amountGross": 21600000,
"amount": 18000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Case Studies and Capability Questions - 100% Commercial Standing - Pass/ Fail Compliance - Pass/ Fail",
"criteria": [
{
"type": "quality",
"name": "Case Studies"
},
{
"type": "cost",
"name": "Commercial Standing"
},
{
"type": "quality",
"name": "Compliance",
"description": "All works must be delivered to the required safety, quality, and environmental standards, ensuring minimal disruption to operational sites and alignment with the GWR's sustainability objectives"
},
{
"type": "quality",
"name": "Capability Questions"
}
]
},
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers will be selected based on their ability to demonstrate capability and experience relevant to the delivery of minor construction, refurbishment and maintenance works. Selection criteria will include: Financial Standing: Evidence of financial stability and appropriate levels of insurance as stated in the tender documents Technical and Professional Capability: Demonstrated capability in delivering similar minor works projects within occupied and operational environments. Health, Safety and Environmental Management: Compliance with recognised safety standards, procedures, and environmental practices. Sustainability and Social Value: Commitment to environmental sustainability, local supply chain engagement, and social value delivery. References / Case Studies: Proven track record of relevant past performance. Only suppliers meeting the minimum selection thresholds will be invited to tender for inclusion in the framework under this lot.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2030-04-01T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "3 year initial contract term with an option to extend for a further 12 months."
}
},
{
"id": "2",
"title": "Stations Major Works",
"description": "Significant upgrades, refurbishments, and new build works at station locations. Typical works may include: Station building refurbishments and structural alterations. Platform extensions, canopies, and accessibility improvements. Construction of new station buildings, facilities, or extensions. Major mechanical, electrical, and public realm works at stations. Upgrades to passenger areas, retail units, and back-of-house facilities. Projects in this lot will often be multi-disciplinary and may require detailed design input, stakeholder coordination, and work within live passenger environments.",
"status": "active",
"value": {
"amountGross": 42000000,
"amount": 35000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Case Studies and Capability Questions - 100% Commercial Standing - Pass/ Fail Compliance - Pass/ Fail",
"criteria": [
{
"type": "quality",
"name": "Case Studies"
},
{
"type": "cost",
"name": "Commercial Standing"
},
{
"type": "quality",
"name": "Compliance",
"description": "All works must be delivered to the required safety, quality, and environmental standards, ensuring minimal disruption to operational sites and alignment with the GWR's sustainability objectives"
},
{
"type": "quality",
"name": "Capability Questions"
}
]
},
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers will be selected based on their capability, experience, and resources to deliver station upgrade, refurbishment, and new-build projects with values typically between PS300,000 and PS3,000,000. Selection criteria will include: Financial Standing: Evidence of financial stability and appropriate levels of insurance as stated in the tender documents Technical and Professional Capability: Demonstrated capability in delivering similar Works projects within occupied and operational environments. Health, Safety and Environmental Management: Compliance with recognised safety standards, procedures, and environmental practices. Sustainability and Social Value: Commitment to environmental sustainability, local supply chain engagement, and social value delivery. References / Case Studies: Proven track record of relevant past performance. Only suppliers meeting the minimum selection thresholds will be invited to tender for inclusion in the framework under this lot.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2030-04-01T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "3 year initial contract term with an option to extend for a further 12 months."
}
},
{
"id": "3",
"title": "Depot Works",
"description": "Infrastructure improvements, building works, and specialist upgrades at depot facilities. Typical works may include: Construction, refurbishment, or extension of depot buildings and workshops. Infrastructure upgrades such as drainage, hardstanding, and utilities. Specialist rail depot systems Office and welfare accommodation refurbishments within depot environments. Structural, mechanical, or electrical improvements to support operational efficiency. Projects under this lot will require careful planning and delivery in live operational and safety-critical environments, often with restricted access and coordination with depot management teams.",
"status": "active",
"value": {
"amountGross": 42000000,
"amount": 35000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Case Studies and Capability Questions - 100% Commercial Standing - Pass/ Fail Compliance - Pass/ Fail",
"criteria": [
{
"type": "quality",
"name": "Case Studies"
},
{
"type": "cost",
"name": "Commercial Standing"
},
{
"type": "quality",
"name": "Compliance",
"description": "All works must be delivered to the required safety, quality, and environmental standards, ensuring minimal disruption to operational sites and alignment with the GWR's sustainability objectives"
},
{
"type": "quality",
"name": "Capability Questions"
}
]
},
"secondStage": {
"minimumCandidates": 3
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers will be selected based on their capability and experience in delivering building, civil, and infrastructure works within depot and operational railway environments, typically valued between PS300,000 and PS3,000,000. Selection criteria will include: Financial Standing: Evidence of financial stability and suitable levels of insurance for medium-value projects. Technical and Professional Capability: Demonstrated experience in depot, industrial, or operational facilities where access, safety, and continuity of service are critical. Specialist Knowledge: Understanding of working within railway depots, including coordination with operational teams and adherence to industry safety standards. Health, Safety and Environmental Management: Comprehensive systems for ensuring safe delivery in live operational settings. Quality and Risk Management: Established quality assurance procedures and proactive risk management processes. Sustainability and Social Value: Clear approach to minimising environmental impact and supporting social value initiatives. References / Case Studies: Evidence of successful delivery of similar depot or industrial works.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2030-04-01T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "3 year initial contract term with an option to extend for a further 12 months."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "They will be published on the Tendering platform as the framework tender is launched."
},
{
"id": "072199-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/072199-2025",
"datePublished": "2025-11-07T16:51:11Z",
"format": "text/html"
}
]
},
"language": "en"
}