Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Network Rail North West & Central Region CP7 Frameworks: Framework Category D

  • First published: 13 February 2024
  • Last modified: 13 February 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-032f1a
Published by:
Network Rail Infrastructure Ltd
Authority ID:
AA73642
Publication date:
13 February 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Network Rail has appointed two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region.

The scope of works which Network Rail may require comprises:

• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.

• All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes.

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Booking of possessions, isolations, and road closures

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:

• Bridges (underbridges, overbridges, footbridges, property rafts)

• Viaducts

• Tunnels

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Structures and works associated with river, coastal and estuarine defences

• Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works)

• Mining (mine workings, shafts and adits)

• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)

Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows:

• Emergency – Attend within 2 hours from receipt of order

• Urgent – Attend within 24 hours from receipt of order

• Routine – Attend within 7 days from receipt or order

• Programmed – As stated on the order

Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays.

The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

UK

Telephone: +44 1908781000

E-mail: sam.allsop@networkrail.co.uk

NUTS: UK

Internet address(es)

Main address: http://www.networkrail.co.uk/

I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Network Rail North West & Central Region CP7 Frameworks: Framework Category D

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Network Rail has put in place a number of frameworks for Control Period 7 (CP7) for the delivery of capital works in the North West & Central Region. These frameworks are divided into categories and separate Contract Award Notices relate to each of them. This Contract Award Notice relates to Framework Category D.

CP7 covers the 5 year period from 1st April 2024 to 31st March 2029.

The North West & Central Region (Region and referred to as R in the lots and sub-lots) is formed of 3 routes, North West (NW), Central (C) and West Coast South (WCS). Some lots within this Contract Award Notice relate to the Region and others relate to one or more routes.

Additional information on the Region (including the geographical areas covered by these 3 routes) can be found at: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

Framework Category D

This category relates to the delivery of “minor and reactive works” (each with a value up to £100k) relating to planned, unplanned and cyclical maintenance requirements, with discipline specific lots for Civil Engineering and Buildings, across different geographical areas within the Region as described in section II.2 in more detail.

The scope of works proposed to be delivered under Framework Category D is:

• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice (Note: Does not apply to all lots, see section II.2 for more detail on each lot)

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Booking of possessions, isolations, and road closures

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These works to Network Rail’s assets may incorporate inspection, maintenance, repair, partial or whole renewal.

Network Rail has appointed suppliers to this Framework Category D across two discipline lots and geographical sub-lots as follows:

Civil Engineering (Structures & Geotechnical)

Lot D1 (O-C) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers

Lot D1 (R) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers

Buildings

Lot D2 (NW) Buildings in North West Route area only: 3 Suppliers

Lot D2 (C&WCS) Buildings in combined Central Route and West Coast South Route areas only: 3 Suppliers

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 229 000 000.00  GBP

II.2) Description

Lot No: D1 (OC)

II.2.1) Title

Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)

II.2.2) Additional CPV code(s)

45100000

45200000

45221112

45221122

45221242

45234100

45234114

71320000

71322000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Network Rail has appointed two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region.

The scope of works which Network Rail may require comprises:

• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.

• All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes.

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Booking of possessions, isolations, and road closures

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:

• Bridges (underbridges, overbridges, footbridges, property rafts)

• Viaducts

• Tunnels

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Structures and works associated with river, coastal and estuarine defences

• Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works)

• Mining (mine workings, shafts and adits)

• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)

Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows:

• Emergency – Attend within 2 hours from receipt of order

• Urgent – Attend within 24 hours from receipt of order

• Routine – Attend within 7 days from receipt or order

• Programmed – As stated on the order

Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays.

The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 3 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: D1 (R)

II.2.1) Title

Lot D1 (R) Civil Engineering (Structures & Geotechnical)

II.2.2) Additional CPV code(s)

45100000

45200000

45221112

45221122

45221242

45234100

45234114

71320000

71322000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Network Rail has appointed two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region.

The scope of works which Network Rail may require comprises:

• All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes.

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Booking of possessions, isolations, and road closures

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:

• Bridges (underbridges, overbridges, footbridges, property rafts)

• Viaducts

• Tunnels

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Structures and works associated with river, coastal and estuarine defences

• Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works)

• Mining (mine workings, shafts and adits)

• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)

Each order under the framework agreement will be categorised by the Network Rail to detail the required response time as follows:

• Urgent – Attend within 24 hours from receipt of order

• Routine – Attend within 7 days from receipt or order

• Programmed – As stated on the order

Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 3 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: D2 (NW)

II.2.1) Title

Lot D2 (NW) Buildings

II.2.2) Additional CPV code(s)

45210000

45213320

45213321

45300000

71320000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Network Rail has appointed three framework supplier(s) to deliver a proportion of the Buildings minor works and reactive workbank across the North West Route area. This is a geographical sub-lot comprising the North West Route. Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D.

The scope of works which Network Rail may require comprises:

• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.

• All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings.

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Asbestos management and removal

• Booking of possessions, isolations, and road closures

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies)

• Light maintenance depots

• Maintenance delivery units

• Critical lineside buildings (signal boxes, route operating centres, relay rooms)

• Non-critical lineside buildings

• Supply chain operations sites

• Car parks, footpaths, and hardstanding

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment.

Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows:

• Emergency – Attend within 2 hours from receipt of order

• Urgent – Attend within 24 hours from receipt of order

• Routine – Attend within 7 days from receipt or order

• Programmed – As stated on the order

Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 3 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: D2 (C&WCS)

II.2.1) Title

Lot D2 (C&WCS) Buildings

II.2.2) Additional CPV code(s)

45210000

45213320

45213321

45300000

71320000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Network Rail has appointed three framework supplier(s) to deliver a proportion of the Buildings minor works and reactive workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas. Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D.

The scope of works which Network Rail may require comprises:

• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.

• All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings.

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Asbestos management and removal

• Booking of possessions, isolations, and road closures

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies)

• Light maintenance depots

• Maintenance delivery units

• Critical lineside buildings (signal boxes, route operating centres, relay rooms)

• Non-critical lineside buildings

• Supply chain operations sites

• Car parks, footpaths, and hardstanding

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment.

Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows:

• Emergency – Attend within 2 hours from receipt of order

• Urgent – Attend within 24 hours from receipt of order

• Routine – Attend within 7 days from receipt or order

• Programmed – As stated on the order

Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 3 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-016353

Section V: Award of contract

Lot No: D1 (OC)

Title: Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/01/2024

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Amalgamated Construction Ltd

Leeds

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: D1 (OC)

Title: Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/01/2024

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

QTS Group Ltd

South Lanarkshire

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: D1 (R)

Title: Lot D1 (R) Civil Engineering (Structures & Geotechnical)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/01/2024

V.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Construction Marine Ltd

Leeds

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: D1 (R)

Title: Lot D1 (R) Civil Engineering (Structures & Geotechnical)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/01/2024

V.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

J Murphy & Sons

London

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: D2 (NW)

Title: Lot D2 (NW) Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/01/2024

V.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Amalgamated Construction Ltd

Leeds

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: D2 (NW)

Title: Lot D2 (NW) Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

07/02/2024

V.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

CK Rail Solutions Ltd

Sheffield

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: D2 (NW)

Title: Lot D2 (NW) Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/01/2024

V.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

JSS Rail Limited

St Albans

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: D2 (C&WCS)

Title: Lot D2 (C&WCS) Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/01/2024

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Amalgamated Construction Ltd

Leeds

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: D2 (C&WCS)

Title: Lot D2 (C&WCS) Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

07/02/2024

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

CK Rail Solutions Ltd

Sheffield

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: D2 (C&WCS)

Title: Lot D2 (C&WCS) Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/01/2024

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

JSS Rail Limited

St Albans

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The estimated value at II.1.7 relates to the full duration of the agreement, including the mobilisation period (2-3 months), initial term (36 months) and renewal options (24 months).

The estimated total value at section II.1.7 is based on Network Rail’s current forecast of future spend under the frameworks. It should be noted, however, that these values are Network Rail’s best estimate based on currently available information, and in particular that any third party spend is not certain at this stage. The final value of the frameworks may therefore be higher or lower.

VI.4) Procedures for review

VI.4.1) Review body

The High Court

London

WC2A 1AA

UK

VI.4.2) Body responsible for mediation procedures

The High Court

London

WC2A 1AA

UK

VI.5) Date of dispatch of this notice

12/02/2024

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45213320 Construction work for buildings relating to railway transport Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
71320000 Engineering design services Engineering services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
45221112 Railway bridge construction work Construction work for bridges and tunnels, shafts and subways
45234100 Railway construction works Construction work for railways and cable transport systems
45234114 Railway embankment construction work Construction work for railways and cable transport systems
45213321 Railway station construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45221242 Railway tunnel construction work Construction work for bridges and tunnels, shafts and subways
45221122 Railway viaduct construction work Construction work for bridges and tunnels, shafts and subways
45100000 Site preparation work Construction work
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
sam.allsop@networkrail.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.