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 B

  • First published: 14 March 2024
  • Last modified: 14 March 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:
14 March 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 B.

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/ourregions/

north-west-and-central/

Framework Category B

This category relates to the design and build of “medium projects” (projects with a value of between £100k and £7m), with discipline specific lots for Civil Engineering, Buildings and Electrification & Plant, 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 B is:

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These works to Network Rail’s assets may incorporate partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening).

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

Civil Engineering (Structures & Geotechnical)

Lot B1 (R) Civil Engineering (Structures & Geotechnical) across the full Region: 1 Supplier

Lot B1 (NW) Civil Engineering (Structures & Geotechnical) in North West Route area only: 1 Supplier

Lot B1 (C&WCS) Civil Engineering (Structures & Geotechnical) in the combined Central Route and West Coast South Route areas: 1 Supplier

Buildings

Lot B2 (R) Buildings across the full region: 1 Supplier

Lot B2 (NW) Buildings in North West Route area only: 2 Suppliers

Lot B2 (C) Buildings in Central Route area only: 1 Supplier

Lot B2 (WCS) Buildings in West Coast South Route area only: 1 Supplier

Electrification & Plant

Lot B3 (R) AC Switchgear across the full region: 1 Supplier

Lot B3 (NW) Power & Distribution in North West Route area only: 1 Supplier

Lot B3 (C&WCS) Power & Distribution in the combined Central Route and West Coast South Route areas: 1 Supplier

Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power in the combined Central Route and West Coast South Route areas: 1 Supplier

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

Contact person: Sam Allsop

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 B

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 B.

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/ourregions/

north-west-and-central/

Framework Category B

This category relates to the design and build of “medium projects” (projects with a value of between £100k and £7m), with discipline specific lots for Civil Engineering, Buildings and Electrification & Plant, 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 B is:

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These works to Network Rail’s assets may incorporate partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening).

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

Civil Engineering (Structures & Geotechnical)

Lot B1 (R) Civil Engineering (Structures & Geotechnical) across the full Region: 1 Supplier

Lot B1 (NW) Civil Engineering (Structures & Geotechnical) in North West Route area only: 1 Supplier

Lot B1 (C&WCS) Civil Engineering (Structures & Geotechnical) in the combined Central Route and West Coast South Route areas: 1 Supplier

Buildings

Lot B2 (R) Buildings across the full region: 1 Supplier

Lot B2 (NW) Buildings in North West Route area only: 2 Suppliers

Lot B2 (C) Buildings in Central Route area only: 1 Supplier

Lot B2 (WCS) Buildings in West Coast South Route area only: 1 Supplier

Electrification & Plant

Lot B3 (R) AC Switchgear across the full region: 1 Supplier

Lot B3 (NW) Power & Distribution in North West Route area only: 1 Supplier

Lot B3 (C&WCS) Power & Distribution in the combined Central Route and West Coast South Route areas: 1 Supplier

Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power in the combined Central Route and West Coast South Route areas: 1 Supplier

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 695 000 000.00  GBP

II.2) Description

Lot No: B1 (R)

II.2.1) Title

Lot B1 (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


Main site or place of performance:

Network Rail’s North West & Central Region (comprising the North West Route, Central Route and West Coast South Route).

II.2.4) Description of the procurement

Network Rail has appointed a regional framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the North West & Central Region.

The scope of works which Network Rail may require comprises:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• 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 partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) 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

• Geotechnical (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)

This lot relates to a single supplier for the Region. The successful supplier may be required to deliver works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (Lot B1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route and Lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical) in the combined Central Route and West Coast South Route areas).

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 5 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: B1 (NW)

II.2.1) Title

Lot B1 (NW) 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


Main site or place of performance:

Network Rail’s North West Route.

II.2.4) Description of the procurement

Network Rail has appointed a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank within the North West Route. This is a geographical sub-lot comprising the North West Route.

The scope of works which Network Rail may require comprises:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• 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 partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) 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

• Geotechnical (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)

This lot relates to a single supplier for the North West Route. The successful supplier may be required to deliver works within the scope of the discipline lot B1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route in addition to a supplier appointed for the Region (Lot B1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 5 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: B1 (C&WCS)

II.2.1) Title

Lot B1 (C&WCS) 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


Main site or place of performance:

Network Rail’s combined Central Route and West Coast South Route areas.

II.2.4) Description of the procurement

Network Rail has appointed a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) 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.

The scope of works which Network Rail may require comprises:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• 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 partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) 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

• Geotechnical (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)

This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. The successful supplier may be required to deliver works within the scope of the discipline lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical) in the Central Route and West Coast South Route in addition to a supplier appointed for the Region (Lot B1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 5 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: B2 (R)

II.2.1) Title

Lot B2 (R) Buildings

II.2.2) Additional CPV code(s)

45210000

45213320

45213321

45300000

71320000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Network Rail’s North West & Central Region (comprising the North West Route, Central Route and West Coast South Route).

II.2.4) Description of the procurement

Network Rail is looking to appoint a regional framework supplier to deliver a proportion of the buildings workbank across the North West & Central region.

The scope of works which Network Rail may require comprises:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• 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 partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators)

• 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

• Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant)

• Equipment and systems contained within the assets listed above, including M&E systems, fire systems.

This lot relates to a single supplier for the Region. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (two suppliers for Lot B2 (NW) Buildings in the North West Route, a supplier for Lot B2 (C) Buildings in the Central Route and a supplier for B2 (WCS) Buildings in the West Coast South Route).

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 5 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: B2 (NW)

II.2.1) Title

Lot B2 (NW) Buildings

II.2.2) Additional CPV code(s)

45210000

45213320

45213321

45300000

71320000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Network Rail’s North West Route

II.2.4) Description of the procurement

Network Rail has appointed two framework supplier(s) to deliver a proportion of the buildings workbank within the North West Route. This is a geographical sub-lot comprising the North West Route.

The scope of works which Network Rail may require comprises:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• 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 partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators)

• 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

• Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant)

• Equipment and systems contained within the assets listed above, including M&E systems, fire systems.

This lot relates to two suppliers for the North West Route. The two successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot B2 (NW) Buildings in the North West Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 5 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: B2 (C)

II.2.1) Title

Lot B2 (C) Buildings

II.2.2) Additional CPV code(s)

45210000

45213320

45213321

45300000

71320000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Network Rail’s Central Route.

II.2.4) Description of the procurement

Network Rail has appointed a framework supplier to deliver a proportion of the buildings workbank within the Central Route. This is a geographical sub-lot comprising the Central Route.

The scope of works which Network Rail may require comprises:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• 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 partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators)

• 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

• Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant)

• Equipment and systems contained within the assets listed above, including M&E systems, fire systems.

This lot relates to a single supplier for the Central Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot B2 (C) Buildings in the Central Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 5 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: B2 (WCS)

II.2.1) Title

Lot B2 (WCS) Buildings

II.2.2) Additional CPV code(s)

45210000

45213320

45213321

45300000

71320000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Network Rail’s West Coast South Route.

II.2.4) Description of the procurement

Network Rail has appointed a framework supplier to deliver a proportion of the buildings workbank within the West Coast Route. This is a geographical sub-lot comprising the West Coast South Route.

The scope of works which Network Rail may require comprises:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• 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 partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators)

• 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

• Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant)

• Equipment and systems contained within the assets listed above, including M&E systems, fire systems.

This lot relates to a single supplier for the West Coast South Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot B2 (WCS) Buildings in the West Coast South Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 5 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: B3 (R)

II.2.1) Title

Lot B3 (R) AC Switchgear

II.2.2) Additional CPV code(s)

45234000

45315400

45315600

71311230

71320000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Network Rail’s North West & Central Region (comprising the North West Route, Central Route and West Coast South Route).

II.2.4) Description of the procurement

Network Rail has appointed a regional framework supplier to deliver the Electrification & Plant: AC Switchgear workbank across the North West & Central region.

The scope of works which Network Rail may require comprises:

• Feasibility

• Option selection

• Outline and detailed design (including temporary works)

• Implementation

• Commissioning

• Decommissioning and recovery of redundant assets

• Hand back into maintenance (including but not limited to record update, providing training and spares)

These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal of:

• Major SCADA changes / updates

• Feeder station power upgrades (inclusive of TNO/DNO engagement)

• OLE related modification associated with the above

This lot relates to a single supplier for the Region. The successful supplier may be required to deliver works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route).

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 5 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: B3 (NW)

II.2.1) Title

Lot B3 (NW) Power & Distribution

II.2.2) Additional CPV code(s)

45234000

45315400

45315600

71311230

71320000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Network Rail’s North West Route

II.2.4) Description of the procurement

Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank within the North West Route. This is a geographical sub-lot comprising the North West Route.

The scope of works which Network Rail may require comprises:

• Feasibility

• Option selection

• Outline and detailed design (including temporary works)

• Implementation

• Commissioning

• Decommissioning and recovery of redundant assets

• Hand back into maintenance (including but not limited to record update, providing training and spares)

These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of:

• Outdoor CB and switches renewal (e.g. SMOS, TSS, DPD etc)

• Major SCADA changes/updates associated with AC protection relay renewal

• HV feeder cable replacement and associated route renewal on AC and DC infrastructure

• OLE related renewals (e.g. OLE structures)

• AC & DC protection relay

• DC stage 2 frame leakage installation

• AC Switchgear (Refurbishment only)

This lot relates to a single supplier for the Work West Route

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 5 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: B3 (C&WCS)

II.2.1) Title

Lot B3 (C&WCS) Power & Distribution

II.2.2) Additional CPV code(s)

45234000

45315400

45315600

71311230

71320000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Network Rail’s combined Central Route and West Coast South Route areas.

II.2.4) Description of the procurement

Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank within the Central Route and West Coast South Route. This is a geographical sub-lot comprising the combined Central Route and the West Coast South Route areas.

The scope of works which Network Rail may require comprises:

• Feasibility

• Option selection

• Outline and detailed design (including temporary works)

• Implementation

• Commissioning

• Decommissioning and recovery of redundant assets

• Hand back into maintenance (including but not limited to record update, providing training and spares)

These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of:

• Outdoor CB and switches renewal (e.g. SMOS, TSS, DPD etc)

• Major SCADA changes/updates associated with AC protection relay renewal

• HV feeder cable replacement and associated route renewal on AC and DC infrastructure

• OLE related renewals (e.g. OLE structures)

• AC & DC protection relay

• DC stage 2 frame leakage installation

• AC Switchgear (Refurbishment only)

This lot relates to a single supplier for the combined Central Route and West Coast South Route areas.

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 5 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: B3 (C&WCS LV)

II.2.1) Title

Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power

II.2.2) Additional CPV code(s)

45234000

45315600

71311230

71320000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Network Rail’s combined Central Route and West Coast South Route areas.

II.2.4) Description of the procurement

Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Low Voltage Plant & Signalling Power 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.

The scope of works which Network Rail may require comprises:

• Feasibility

• Option selection

• Outline and detailed design (including temporary works)

• Implementation

• Commissioning

• Decommissioning and recovery of redundant assets

• Hand back into maintenance (including but not limited to record update, providing training and spares)

These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of:

• Signalling Power cable renewal

• Signalling Power (e.g. UPS, Generator, FSP)

• Lighting (e.g. Junction, buffer stop, walkway)

• Points heating

• Pumping systems

• DNO

This lot relates to a single supplier for the combined Central Route and West Coast South Route areas.

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 5 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 000-016352

Section V: Award of contract

Lot No: B1 (R)

Title: Lot B1 (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

07/02/2024

V.2.2) Information about tenders

Number of tenders received: 3

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

V.2.3) Name and address of the contractor

Story Contracting Limited

Burgh Road Industrial Estate, Carlisle, CA2 7NA

Carlisle

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: B1 (NW)

Title: Lot B1 (NW) Civil Engineering (Structures & Geotechnical)

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: 3

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

V.2.3) Name and address of the contractor

QTS Group Ltd

Rench Farm, Drumclog, South Lanarkshire, ML10 6QJ

South Lanarkshire

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot B1 (C&WCS)

Title: Lot B1 (C&WCS) Civil Engineering (Structures & Geotechnical)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/03/2024

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 Ltd

Hiview House, Highgate Road, London NW5 1TN

London

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot B2 (R)

Title: Lot B2 (R) 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: 5

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

V.2.3) Name and address of the contractor

Story Contracting Limited

Burgh Road Industrial Estate, Carlisle, CA2 7NA

Carlisle

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot B2 (NW)

Title: Lot B2 (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: 7

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

V.2.3) Name and address of the contractor

Amalgamated Construction Ltd

3175 Century Way, Thorpe Park, Leeds, England, LS15 8ZB

Leeds

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot B2 (NW)

Title: Lot B2 (NW) Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/03/2024

V.2.2) Information about tenders

Number of tenders received: 7

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

V.2.3) Name and address of the contractor

J Murphy & Sons Ltd

Hiview House, Highgate Road, London NW5 1TN

London

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot B2 (C)

Title: Lot B2 (C) Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/03/2024

V.2.2) Information about tenders

Number of tenders received: 4

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

V.2.3) Name and address of the contractor

J Murphy & Sons Ltd

Hiview House, Highgate Road, London NW5 1TN

London

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot B2 (WCS)

Title: Lot B2 (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: 4

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

V.2.3) Name and address of the contractor

Taziker Industrial Limited

Levens House Ackhurst Business Park, Foxhole Road, Chorley, England, PR7 1NY

Chorley

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot B3 (R)

Title: Lot B3 (R) AC Switchgear

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/02/2024

V.2.2) Information about tenders

Number of tenders received: 4

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

V.2.3) Name and address of the contractor

Amey Rail Limited

Chancery Exchange, 10 Furnival Street, London, United Kingdom, EC4A 1AB

London

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot B3 (NW)

Title: Lot B3 (NW) Power & Distribution

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/02/2024

V.2.2) Information about tenders

Number of tenders received: 4

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

V.2.3) Name and address of the contractor

Amey Rail Limited

Chancery Exchange, 10 Furnival Street, London, United Kingdom, EC4A 1AB

London

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot B3 (C&WCS)

Title: Lot B3 (C&WCS) Power & Distribution

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/02/2024

V.2.2) Information about tenders

Number of tenders received: 3

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

V.2.3) Name and address of the contractor

Amey Rail Limited

Chancery Exchange, 10 Furnival Street, London, United Kingdom, EC4A 1AB

London

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot B3 (C&WCS LV)

Title: Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/02/2024

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

Amey Rail Limited

Chancery Exchange, 10 Furnival Street, London, United Kingdom, EC4A 1AB

London

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 (60 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

UK

VI.4.2) Body responsible for mediation procedures

The High Court

London

UK

VI.4.4) Service from which information about the review procedure may be obtained

The High Court

London

UK

VI.5) Date of dispatch of this notice

13/03/2024

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
45234000 Construction work for railways and cable transport systems Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
71320000 Engineering design services Engineering services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
45315400 High voltage installation work Electrical installation work of heating and other electrical building-equipment
45315600 Low-voltage installation work Electrical installation work of heating and other electrical building-equipment
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
71311230 Railway engineering services Civil engineering consultancy services
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.