Tender

GWR Property Construction Consultancy Framework

FIRST GREATER WESTERN LIMITED

This public procurement record has 1 release in its history.

Tender

27 Apr 2026 at 12:03

Summary of the contracting process

First Greater Western Limited is conducting a tender for the "GWR Property Construction Consultancy Framework," aimed at establishing a consultancy framework for property and construction services. The active procurement process uses a competitive flexible procedure and includes both selective mini-competitions and direct awards across seven lots. This tender focuses on transport systems consultancy and railway engineering services, impacting several regions in the United Kingdom including UKI, UKJ, UKK, and UKL. Key dates include an expression of interest deadline on 1 June 2026, an enquiry period ending on 25 May 2026, and the anticipated start date for contracts on 5 October 2026. The framework, valued at £16,128,000, allows for extensions of up to two years beyond the initial two-year term.

This tender presents numerous opportunities for businesses specialising in transport systems consultancy, railway engineering, and infrastructure works. Small and medium-sized enterprises (SMEs) are particularly encouraged to participate, especially those with strong technical abilities and financial capacity. The framework invites qualified suppliers to compete in mini-competitions, ensuring fair and transparent procurement with evaluation weightings varying from 10% to 90% for both technical and commercial aspects, depending on project complexity. Businesses capable of delivering bespoke solutions in these specialised areas can leverage this framework to collaborate with Greater Western Railway, thereby expanding their market presence and contributing to the railway sector's development in several key UK regions.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

GWR Property Construction Consultancy Framework

Notice Description

This procurement process is being advertised and run by First Greater Western Limited on its own behalf and on behalf of the successor operator of the rail passenger transport services in respect of Great Western Railway. That successor operator will be a public sector company, is expected to be a wholly owned subsidiary of DfT OLR Holdings Limited and will be ultimately owned by the Secretary of State for Transport. The date for transfer of the current operations to the successor operator is not yet confirmed. Where the transfer is completed before contract award under this procurement process, the successor operator may elect (but will not be obliged) to carry on with this procurement process in place of First Greater Western Limited, by taking on the role of contracting entity from the date of completion of the transfer (with this notice and all other procurement documents to be interpreted accordingly). Where the transfer is not yet completed by the time of contract award, contractual rights may be included in the contractual arrangements to enable transfer to the successor operator. Bidders should note that this procurement process (if ongoing), or any awarded contract, may be included in a transfer scheme made by the Secretary of State under section 12 of the Railways Act 2005, or the transfer may be effected outside of, or separate from, such a scheme. Framework: Services will be called off under a bespoke consultancy framework agreement and will be awarded via mini-competitions or direct award. Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed. The framework is intended to provide a compliant route to market; however, no supplier is guaranteed any volume of work, value of spend, or number of call-offs during the framework term. 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. Direct Award will be permitted across all Lots, where in line with the framework buying process, including circumstances where Lot 6 is applicable. 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 bespoke framework agreement. 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.

Lot Information

Lot 1 - Project Design

Architect & Principal Designer (APA/BAPA) Civil & Structural Works Engineer Civil/Structural (or other discipline) as Lead Consultant & Principal Designer Mechanical & Electrical Engineer M&E Engineer as Lead Consultant & Principal Designer Architect & Principal Designer (Minor Projects - Landlord's Consent) Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed.

Options: Due to the varying nature and complexity of projects procured through this framework, the scope of individual call offs may differ slightly from the overarching Scope of Works. These variations will reflect the specific requirements of each project. Full and final details of the scope, deliverables, and any applicable options will be provided at the call off stage in accordance with the framework buying process

Renewal: The Framework will run for an initial core term of 2 years, with the option to extend for up to 2 years, in up to 1-year increments at a time.

Lot 2 - SISS Engineer

SISS Engineer/Specialist. Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed. The framework is intended to provide a compliant route to market; however, no supplier is guaranteed any volume of work, value of spend, or number of call-offs during the framework term.

Options: Due to the varying nature and complexity of projects procured through this framework, the scope of individual call offs may differ slightly from the overarching Scope of Works. These variations will reflect the specific requirements of each project. Full and final details of the scope, deliverables, and any applicable options will be provided at the call off stage in accordance with the framework buying process

Renewal: The Framework will run for an initial core term of 2 years, with the option to extend for up to 2 years, in up to 1-year increments at a time.

Lot 3 - Contract Administrator

Contract Administrator (CA) Employer's Agent (EA) Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed. The framework is intended to provide a compliant route to market; however, no supplier is guaranteed any volume of work, value of spend, or number of call-offs during the framework term.

Options: Due to the varying nature and complexity of projects procured through this framework, the scope of individual call offs may differ slightly from the overarching Scope of Works. These variations will reflect the specific requirements of each project. Full and final details of the scope, deliverables, and any applicable options will be provided at the call off stage in accordance with the framework buying process

Renewal: The Framework will run for an initial core term of 2 years, with the option to extend for up to 2 years, in up to 1-year increments at a time.

Lot 4 - QS/Cost Manager

Cost Manager (QS role) Cost Manager & Contract Administrator Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed. The framework is intended to provide a compliant route to market; however, no supplier is guaranteed any volume of work, value of spend, or number of call-offs during the framework term.

Options: Due to the varying nature and complexity of projects procured through this framework, the scope of individual call offs may differ slightly from the overarching Scope of Works. These variations will reflect the specific requirements of each project. Full and final details of the scope, deliverables, and any applicable options will be provided at the call off stage in accordance with the framework buying process

Renewal: The Framework will run for an initial core term of 2 years, with the option to extend for up to 2 years, in up to 1-year increments at a time.

Lot 5 - Infrastructure & Design, Design & Signalling

Engineer & Principal Designer Mechanical & Electrical Engineer Signalling & Infrastructure Engineer Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed. The framework is intended to provide a compliant route to market; however, no supplier is guaranteed any volume of work, value of spend, or number of call-offs during the framework term.

Options: Due to the varying nature and complexity of projects procured through this framework, the scope of individual call offs may differ slightly from the overarching Scope of Works. These variations will reflect the specific requirements of each project. Full and final details of the scope, deliverables, and any applicable options will be provided at the call off stage in accordance with the framework buying process

Renewal: The Framework will run for an initial core term of 2 years, with the option to extend for up to 2 years, in up to 1-year increments at a time.

Lot 6 - Ad-Hoc Consultancy Services & Minor Works Delivery up to PS75k

Property & Stations + Depots - Ad hoc Consultancy Services & Minor Works Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed. The framework is intended to provide a compliant route to market; however, no supplier is guaranteed any volume of work, value of spend, or number of call-offs during the framework term.

Options: Due to the varying nature and complexity of projects procured through this framework, the scope of individual call offs may differ slightly from the overarching Scope of Works. These variations will reflect the specific requirements of each project. Full and final details of the scope, deliverables, and any applicable options will be provided at the call off stage in accordance with the framework buying process

Renewal: The Framework will run for an initial core term of 2 years, with the option to extend for up to 2 years, in up to 1-year increments at a time.

Lot 7 - Clerk of Works & Technical Guardian

Clerk of Works Technical Guardian Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed. The framework is intended to provide a compliant route to market; however, no supplier is guaranteed any volume of work, value of spend, or number of call-offs during the framework term.

Options: Due to the varying nature and complexity of projects procured through this framework, the scope of individual call offs may differ slightly from the overarching Scope of Works. These variations will reflect the specific requirements of each project. Full and final details of the scope, deliverables, and any applicable options will be provided at the call off stage in accordance with the framework buying process

Renewal: The Framework will run for an initial core term of 2 years, with the option to extend for up to 2 years, in up to 1-year increments at a time.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-068b93
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/038020-2026
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

71 - Architectural, construction, engineering and inspection services


CPV Codes

71311200 - Transport systems consultancy services

71311230 - Railway engineering services

71311300 - Infrastructure works consultancy services

Notice Value(s)

Tender Value
£16,128,000 £10M-£100M
Lots Value
£16,128,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Apr 20262 weeks ago
Submission Deadline
25 May 20262 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
4 Oct 2026 - 4 Oct 2028 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
FIRST GREATER WESTERN LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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), TLL Wales

Local Authority
Swindon
Electoral Ward
Central
Westminster Constituency
Swindon South

Further Information

Notice Documents

Notice URLs

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-068b93-2026-04-27T13:03:51+01:00",
    "date": "2026-04-27T13:03:51+01:00",
    "ocid": "ocds-h6vhtk-068b93",
    "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": [
                    {
                        "id": "privateUtility",
                        "scheme": "UK_CA_TYPE",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-05113733",
        "name": "FIRST GREATER WESTERN LIMITED"
    },
    "tender": {
        "id": "ocds-h6vhtk-068b93",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "GWR Property Construction Consultancy Framework",
        "description": "This procurement process is being advertised and run by First Greater Western Limited on its own behalf and on behalf of the successor operator of the rail passenger transport services in respect of Great Western Railway. That successor operator will be a public sector company, is expected to be a wholly owned subsidiary of DfT OLR Holdings Limited and will be ultimately owned by the Secretary of State for Transport. The date for transfer of the current operations to the successor operator is not yet confirmed. Where the transfer is completed before contract award under this procurement process, the successor operator may elect (but will not be obliged) to carry on with this procurement process in place of First Greater Western Limited, by taking on the role of contracting entity from the date of completion of the transfer (with this notice and all other procurement documents to be interpreted accordingly). Where the transfer is not yet completed by the time of contract award, contractual rights may be included in the contractual arrangements to enable transfer to the successor operator. Bidders should note that this procurement process (if ongoing), or any awarded contract, may be included in a transfer scheme made by the Secretary of State under section 12 of the Railways Act 2005, or the transfer may be effected outside of, or separate from, such a scheme. Framework: Services will be called off under a bespoke consultancy framework agreement and will be awarded via mini-competitions or direct award. Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed. The framework is intended to provide a compliant route to market; however, no supplier is guaranteed any volume of work, value of spend, or number of call-offs during the framework term. 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. Direct Award will be permitted across all Lots, where in line with the framework buying process, including circumstances where Lot 6 is applicable. 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 bespoke framework agreement. 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.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311200",
                        "description": "Transport systems consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311230",
                        "description": "Railway engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311300",
                        "description": "Infrastructure works consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311200",
                        "description": "Transport systems consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311230",
                        "description": "Railway engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311300",
                        "description": "Infrastructure works consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311200",
                        "description": "Transport systems consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311230",
                        "description": "Railway engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311300",
                        "description": "Infrastructure works consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311200",
                        "description": "Transport systems consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311230",
                        "description": "Railway engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311300",
                        "description": "Infrastructure works consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311200",
                        "description": "Transport systems consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311230",
                        "description": "Railway engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311300",
                        "description": "Infrastructure works consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311200",
                        "description": "Transport systems consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311230",
                        "description": "Railway engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311300",
                        "description": "Infrastructure works consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311200",
                        "description": "Transport systems consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311230",
                        "description": "Railway engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311300",
                        "description": "Infrastructure works consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "7"
            }
        ],
        "value": {
            "amountGross": 16128000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "All interested suppliers will submit a tender addressing both selection and award criteria. Procedure: This Procurement is being conducted in accordance with the Procurement Act 2023 using the Competitive Flexible Procedure. There will be two stages to this procurement. Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ. Stage 2 - Invitation to Tender Stage 2 will have the following weightings: Quality - 60% Price - 40%"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withAndWithoutReopeningCompetition",
                "type": "closed",
                "description": "GWR is looking to establish a framework of Service Providers to deliver a range of property consultancy services relating to construction and SISS. The Framework will be split into 7 Lots."
            }
        },
        "submissionMethodDetails": "https://procurement.gwr.com/tenders E-Procurement Portal: The Client is using Wax Digital (current e-procurement portal). The detail within Wax Digital applicable to this tender describes how the Procurement will be conducted, including details of the associated Procurement timetable, participation and award criteria and how to respond to this opportunity. Tenderers are strongly encouraged to read through each tab/section before preparing their submission. Tenderers are also encouraged to review all attachments published with this tender. Tenderers not allocated to this procurement already will need to contact GWR using the details within this notice to be attached and receive the full tender document set.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-06-01T13:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-05-25T16:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-09-04T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Project Design",
                "description": "Architect & Principal Designer (APA/BAPA) Civil & Structural Works Engineer Civil/Structural (or other discipline) as Lead Consultant & Principal Designer Mechanical & Electrical Engineer M&E Engineer as Lead Consultant & Principal Designer Architect & Principal Designer (Minor Projects - Landlord's Consent) Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed.",
                "status": "active",
                "value": {
                    "amountGross": 2304000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Procedure: This Procurement is being conducted in accordance with the Procurement Act 2023 using the Competitive Flexible Procedure. There will be two stages to this procurement. Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ. Stage 2 - Invitation to Tender Stage 2 will have the following weightings: Quality - 60% Price - 40%",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-05T00:00:00+01:00",
                    "endDate": "2028-10-04T23:59:59+01:00",
                    "maxExtentDate": "2030-10-04T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework will run for an initial core term of 2 years, with the option to extend for up to 2 years, in up to 1-year increments at a time."
                },
                "hasOptions": true,
                "options": {
                    "description": "Due to the varying nature and complexity of projects procured through this framework, the scope of individual call offs may differ slightly from the overarching Scope of Works. These variations will reflect the specific requirements of each project. Full and final details of the scope, deliverables, and any applicable options will be provided at the call off stage in accordance with the framework buying process"
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - SISS Engineer",
                "description": "SISS Engineer/Specialist. Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed. The framework is intended to provide a compliant route to market; however, no supplier is guaranteed any volume of work, value of spend, or number of call-offs during the framework term.",
                "status": "active",
                "value": {
                    "amountGross": 2304000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Procedure: This Procurement is being conducted in accordance with the Procurement Act 2023 using the Competitive Flexible Procedure. There will be two stages to this procurement. Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ. Stage 2 - Invitation to Tender Stage 2 will have the following weightings: Quality - 60% Price - 40%",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-05T00:00:00+01:00",
                    "endDate": "2028-10-04T23:59:59+01:00",
                    "maxExtentDate": "2030-10-04T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework will run for an initial core term of 2 years, with the option to extend for up to 2 years, in up to 1-year increments at a time."
                },
                "hasOptions": true,
                "options": {
                    "description": "Due to the varying nature and complexity of projects procured through this framework, the scope of individual call offs may differ slightly from the overarching Scope of Works. These variations will reflect the specific requirements of each project. Full and final details of the scope, deliverables, and any applicable options will be provided at the call off stage in accordance with the framework buying process"
                }
            },
            {
                "id": "3",
                "title": "Lot 3 - Contract Administrator",
                "description": "Contract Administrator (CA) Employer's Agent (EA) Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed. The framework is intended to provide a compliant route to market; however, no supplier is guaranteed any volume of work, value of spend, or number of call-offs during the framework term.",
                "status": "active",
                "value": {
                    "amountGross": 2304000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Procedure: This Procurement is being conducted in accordance with the Procurement Act 2023 using the Competitive Flexible Procedure. There will be two stages to this procurement. Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ. Stage 2 - Invitation to Tender Stage 2 will have the following weightings: Quality - 60% Price - 40%",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-05T00:00:00+01:00",
                    "endDate": "2028-10-04T23:59:59+01:00",
                    "maxExtentDate": "2030-10-04T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework will run for an initial core term of 2 years, with the option to extend for up to 2 years, in up to 1-year increments at a time."
                },
                "hasOptions": true,
                "options": {
                    "description": "Due to the varying nature and complexity of projects procured through this framework, the scope of individual call offs may differ slightly from the overarching Scope of Works. These variations will reflect the specific requirements of each project. Full and final details of the scope, deliverables, and any applicable options will be provided at the call off stage in accordance with the framework buying process"
                }
            },
            {
                "id": "4",
                "title": "Lot 4 - QS/Cost Manager",
                "description": "Cost Manager (QS role) Cost Manager & Contract Administrator Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed. The framework is intended to provide a compliant route to market; however, no supplier is guaranteed any volume of work, value of spend, or number of call-offs during the framework term.",
                "status": "active",
                "value": {
                    "amountGross": 2304000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Procedure: This Procurement is being conducted in accordance with the Procurement Act 2023 using the Competitive Flexible Procedure. There will be two stages to this procurement. Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ. Stage 2 - Invitation to Tender Stage 2 will have the following weightings: Quality - 60% Price - 40%",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-05T00:00:00+01:00",
                    "endDate": "2028-10-04T23:59:59+01:00",
                    "maxExtentDate": "2030-10-04T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework will run for an initial core term of 2 years, with the option to extend for up to 2 years, in up to 1-year increments at a time."
                },
                "hasOptions": true,
                "options": {
                    "description": "Due to the varying nature and complexity of projects procured through this framework, the scope of individual call offs may differ slightly from the overarching Scope of Works. These variations will reflect the specific requirements of each project. Full and final details of the scope, deliverables, and any applicable options will be provided at the call off stage in accordance with the framework buying process"
                }
            },
            {
                "id": "5",
                "title": "Lot 5 - Infrastructure & Design, Design & Signalling",
                "description": "Engineer & Principal Designer Mechanical & Electrical Engineer Signalling & Infrastructure Engineer Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed. The framework is intended to provide a compliant route to market; however, no supplier is guaranteed any volume of work, value of spend, or number of call-offs during the framework term.",
                "status": "active",
                "value": {
                    "amountGross": 2304000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Procedure: This Procurement is being conducted in accordance with the Procurement Act 2023 using the Competitive Flexible Procedure. There will be two stages to this procurement. Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ. Stage 2 - Invitation to Tender Stage 2 will have the following weightings: Quality - 60% Price - 40%",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-05T00:00:00+01:00",
                    "endDate": "2028-10-04T23:59:59+01:00",
                    "maxExtentDate": "2030-10-04T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework will run for an initial core term of 2 years, with the option to extend for up to 2 years, in up to 1-year increments at a time."
                },
                "hasOptions": true,
                "options": {
                    "description": "Due to the varying nature and complexity of projects procured through this framework, the scope of individual call offs may differ slightly from the overarching Scope of Works. These variations will reflect the specific requirements of each project. Full and final details of the scope, deliverables, and any applicable options will be provided at the call off stage in accordance with the framework buying process"
                }
            },
            {
                "id": "6",
                "title": "Lot 6 - Ad-Hoc Consultancy Services & Minor Works Delivery up to PS75k",
                "description": "Property & Stations + Depots - Ad hoc Consultancy Services & Minor Works Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed. The framework is intended to provide a compliant route to market; however, no supplier is guaranteed any volume of work, value of spend, or number of call-offs during the framework term.",
                "status": "active",
                "value": {
                    "amountGross": 2304000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Procedure: This Procurement is being conducted in accordance with the Procurement Act 2023 using the Competitive Flexible Procedure. There will be two stages to this procurement. Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ. Stage 2 - Invitation to Tender Stage 2 will have the following weightings: Quality - 60% Price - 40%",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-05T00:00:00+01:00",
                    "endDate": "2028-10-04T23:59:59+01:00",
                    "maxExtentDate": "2030-10-04T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework will run for an initial core term of 2 years, with the option to extend for up to 2 years, in up to 1-year increments at a time."
                },
                "hasOptions": true,
                "options": {
                    "description": "Due to the varying nature and complexity of projects procured through this framework, the scope of individual call offs may differ slightly from the overarching Scope of Works. These variations will reflect the specific requirements of each project. Full and final details of the scope, deliverables, and any applicable options will be provided at the call off stage in accordance with the framework buying process"
                }
            },
            {
                "id": "7",
                "title": "Lot 7 - Clerk of Works & Technical Guardian",
                "description": "Clerk of Works Technical Guardian Spend across lots may increase or decrease over time due to changes in requirements, budget availability, or strategic priorities. GWR will reserve the right to allocate spend flexibly across lots as needed. The framework is intended to provide a compliant route to market; however, no supplier is guaranteed any volume of work, value of spend, or number of call-offs during the framework term.",
                "status": "active",
                "value": {
                    "amountGross": 2304000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Procedure: This Procurement is being conducted in accordance with the Procurement Act 2023 using the Competitive Flexible Procedure. There will be two stages to this procurement. Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ. Stage 2 - Invitation to Tender Stage 2 will have the following weightings: Quality - 60% Price - 40%",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Stage 1 - Conditions of Participation (PQQ) (a minimum of the 8 highest scoring submission per Lot will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. This stage is referred to as PQQ.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-05T00:00:00+01:00",
                    "endDate": "2028-10-04T23:59:59+01:00",
                    "maxExtentDate": "2030-10-04T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework will run for an initial core term of 2 years, with the option to extend for up to 2 years, in up to 1-year increments at a time."
                },
                "hasOptions": true,
                "options": {
                    "description": "Due to the varying nature and complexity of projects procured through this framework, the scope of individual call offs may differ slightly from the overarching Scope of Works. These variations will reflect the specific requirements of each project. Full and final details of the scope, deliverables, and any applicable options will be provided at the call off stage in accordance with the framework buying process"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Registration of interest (access to documents) Please follow this link to register your interest and gain access to the tender documentation. Link: https://s2c-uk62.waxdigital.com/FirstGroupPlc/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=5047&Culture=en-GB Once you have registered your interest, a link to the stage one of the tender will be sent via email which will enable you to submit your response and view the relevant documents.",
                "url": "https://s2c-uk62.waxdigital.com/FirstGroupPlc/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=5047&Culture=en-GB"
            },
            {
                "id": "038020-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/038020-2026",
                "datePublished": "2026-04-27T13:03:51+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}