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 A

  • First published: 27 March 2024
  • Last modified: 27 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-03b247
Published by:
Network Rail Infrastructure Ltd
Authority ID:
AA73642
Publication date:
27 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 A.

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

The Category A Frameworks cover the North West & Central Region which is formed of 3 routes, North West, Central and West Coast South.

Framework Category A

This category relates to the design and build of “large projects” and includes two separate lots for projects with a value of £7to £200m (Lot A1) and £7m to £50m (Lot A2). Both lots cover the full North West and Central Region.

The scope of works and services proposed to be delivered under Framework Category A is multi-disciplinary across the following three disciplines:

Civil Engineering, which includes but is not limited to;

• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.

Buildings, which includes but is not limited to;

• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.

Railway Engineering, which includes but is not limited to;

• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.

The scope of the works for the three disciplines includes:

• 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, third party access agreements

The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.

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 A

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 A.

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

The Category A Frameworks cover the North West & Central Region which is formed of 3 routes, North West, Central and West Coast South.

Framework Category A

This category relates to the design and build of “large projects” and includes two separate lots for projects with a value of £7to £200m (Lot A1) and £7m to £50m (Lot A2). Both lots cover the full North West and Central Region.

The scope of works and services proposed to be delivered under Framework Category A is multi-disciplinary across the following three disciplines:

Civil Engineering, which includes but is not limited to;

• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.

Buildings, which includes but is not limited to;

• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.

Railway Engineering, which includes but is not limited to;

• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.

The scope of the works for the three disciplines includes:

• 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, third party access agreements

The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 490 000 000.00  GBP

II.2) Description

Lot No: Lot A1

II.2.1) Title

Lot A1 – Regional Multi-discipline £7m - £200m Projects

II.2.2) Additional CPV code(s)

34632300

45100000

45210000

45213320

45213321

45221112

45221122

45221242

45234000

45234100

45234114

45234115

45234116

45315400

45315600

50225000

51100000

71311230

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). More information can be found here: https://www.networkrail.co.uk/running-the-ra

II.2.4) Description of the procurement

Network Rail has appointed two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between £7m and £200m.

The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines:

Civil Engineering, which includes but is not limited to;

• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.

Buildings, which includes but is not limited to;

• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.

Railway Engineering, which includes but is not limited to;

• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.

The scope of the works for the three disciplines includes:

• 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, third party access agreements

The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 5 years (following a 1 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: Lot A2

II.2.1) Title

Lot A2 – Multi-discipline £7m – £50m projects

II.2.2) Additional CPV code(s)

34632300

45100000

45210000

45213320

45213321

45221112

45221122

45221242

45234000

45234100

45234114

45234115

45234116

45315400

45315600

50225000

51100000

71311230

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). More information can be found here: https://www.networkrail.co.uk/running-the-ra

II.2.4) Description of the procurement

Network Rail has appointed two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between £7m and £50m.

The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines:

Civil Engineering, which includes but is not limited to;

• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.

Buildings, which includes but is not limited to;

• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.

Railway Engineering, which includes but is not limited to;

• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.

The scope of the works for the three disciplines includes:

• 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, third party access agreements

The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.

Two Suppliers have been awarded a framework agreement for Lot A2 covering the Region. Network Rail intends to allocate works to the relevant supplier using a direct award process on a ‘next in line’ allocation as set out in the framework agreement. The two framework suppliers will be allocated projects with an anticipated final cost between £7m and £50m on a rotational basis, along with the two Lot A1 framework suppliers (see above description for Lot A1)

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of the framework will be 5 years (following a 1 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:

2023/S 000-017316

Section V: Award of contract

Lot No: Lot A1

Title: Lot A1 – Regional Multi-discipline £7m - £200m Projects

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

19/03/2024

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

Skanska Construction (UK) Limited

Hercules Way, Leavesden, Watford, United Kingdom, WD25 7G

Watford

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot A1

Title: Lot A1 – Regional Multi-discipline £7m - £200m Projects

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

Kier Infrastructure & Overseas Limited

2nd Floor Optimum House, Clippers Quay, Salford, England, M50 3XP

Salford

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot A2

Title: Lot A2 – Multi-discipline £7m – £50m projects

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: 8

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

V.2.3) Name and address of the contractor

Octavius Infrastructure Limited

4th Floor, 45 London Road, Reigate, Surrey, RH2 9PY

Surrey

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot A2

Title: Lot A2 – Multi-discipline £7m – £50m projects

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: 8

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, Cumbria, CA2 7NA

Carlisle

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 (1 month), 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

WC2A 1AA

UK

VI.4.2) Body responsible for mediation procedures

The High Court

London

WC2A 1AA

UK

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

The High Court

London

WC2A 1AA

UK

VI.5) Date of dispatch of this notice

26/03/2024

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering 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
34632300 Electrical installations for railways Railways traffic-control equipment
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
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
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
45234115 Railway signalling works 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
50225000 Railway-track maintenance services Repair, maintenance and associated services related to railways and other equipment
45100000 Site preparation work Construction work
45234116 Track construction works Construction work for railways and cable transport systems

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.