Notice Information
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 EngineerSISS 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 AdministratorContract 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 ManagerCost 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 & SignallingEngineer & 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 PS75kProperty & 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 GuardianClerk 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.
Notice Details
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
Buyer & Supplier
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
-
https://www.find-tender.service.gov.uk/Notice/038020-2026
27th April 2026 - Tender notice on Find a Tender -
https://s2c-uk62.waxdigital.com/FirstGroupPlc/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=5047&Culture=en-GB
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.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-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"
}