Scope
Description
Works typically include, but are not limited to:
I. All trades generally associated with a building or structures fabric, finish or its associated external structures and surroundings.
II. Minor civil engineering works.
III. Minor call out works (changing of locks, Sandbag delivery)
IV. Enabling works for inspections and assessments
V. Demolition
VI. Drainage works
VII. Asbestos management and removal.
VIII. Electrical and plant equipment.
IX. Gas / oil fired heating systems.
X. Air conditioning and ventilation equipment.
XI. Electrical power and lighting installations.
XII. Water distribution systems.
XIII. Provision of an emergency response team
XIV. Design work
XV. Booking of possessions and road closures
Commercial tool
Establishes a framework
Total value (estimated)
- £25,000,000 excluding VAT
- £30,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 May 2026 to 31 March 2030
- Possible extension to 31 March 2034
- 7 years, 11 months, 1 day
Description of possible extension:
Extension for 2 + 1 +1
Main procurement category
Works
CPV classifications
- 45000000 - Construction work
- 45453000 - Overhaul and refurbishment work
- 45210000 - Building construction work
- 45262660 - Asbestos-removal work
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45232452 - Drainage works
- 45262500 - Masonry and bricklaying work
- 45233200 - Various surface works
- 45110000 - Building demolition and wrecking work and earthmoving work
- 50800000 - Miscellaneous repair and maintenance services
- 45450000 - Other building completion work
- 45453100 - Refurbishment work
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50720000 - Repair and maintenance services of central heating
- 50730000 - Repair and maintenance services of cooler groups
Lot constraints
Description of how multiple lots may be awarded:
Not applicable
Not the same for all lots
Contract locations are shown in Lot sections, because they are not the same for all lots.
Lot 1 - Commercial Property with PCL required. Commerical Property Mainteance with a PCL requirement
Description
This lot will cover all Commercial Property within Network Rail Wales and Western Commercial Proeprty Portfolio - This lot is restricted to bidders being awarded if they are not registered under the correct RISQS code and do not hold a Principal Contractors License (PCL) this is detailed within the ITP
Lot value (estimated)
- £25,000,000 excluding VAT
- £30,000,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKL - Wales
- UKI - London
- UKK11 - Bristol, City of
- UKK3 - Cornwall and Isles of Scilly
- UKK - South West (England)
- UKI7 - Outer London - West and North West
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot Lot 2 - South Wales and Western. South Wales and Western - Property Mainteance Framework
Description
This lot is as per lot 1 without the requirement to be registered under RISQS and hold a Principal Contractors License
Lot value (estimated)
- £25,000,000 excluding VAT
- £30,000,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKL - Wales
- UKI - London
- UKK3 - Cornwall and Isles of Scilly
- UKK11 - Bristol, City of
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. North Wales - Property Mainteance Framework
Description
This lot is as per lot 1 without the requirement to be registered under RISQS and hold a Principal Contractors License - covering North Wales
Lot value (estimated)
- £25,000,000 excluding VAT
- £30,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
7
Maximum percentage fee charged to suppliers
0%
Framework operation description
Direct Award up to 250k - Mini-comp over 250k
Award method when using the framework
With competition
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
Lot 1 - Commercial Property with PCL required. Commerical Property Mainteance with a PCL requirement
Lot Lot 2 - South Wales and Western. South Wales and Western - Property Mainteance Framework
Lot 3. North Wales - Property Mainteance Framework
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
6 February 2026, 4:00pm
Submission type
Requests to participate
Deadline for requests to participate
13 February 2026, 4:00pm
Submission address and any special instructions
https://networkrail.bravosolution.co.uk/web/login.html
PQQ: pqq_3812 - W&W Commercial Property Maintenance
Following a review of the procurement documentation after closure of the Pre-Selection Questionnaire (PSQ), Network Rail has identified that the original CPV classification included within the previous published notice may not have fully captured the full services within the scope of this opportunity. As a result, there is a risk that not all potentially suitable suppliers may have identified the opportunity at the time of publication.
To ensure compliance with the principles of transparency, equal treatment and fair competition in accordance with the Procurement Act 2023, Network Rail has published an updated notice to include additional CPV classifications and has decided to reopen the PSQ.
The PSQ will be reopened via Bravo from close of play on 7th January for a further period of 30 days.
Network Rail considers this approach proportionate and necessary to ensure that the opportunity is appropriately visible to the wider market and that all interested suppliers are afforded an equal opportunity to participate.
Previous Notice Reference - ocds-h6vhtk-05e192
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
27 March 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Technical | PQQ 100% |
Quality | 100% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
2 Stage Process - PQQ followed by ITT
Contracting authority
NETWORK RAIL INFRASTRUCTURE LIMITED
- Public Procurement Organisation Number: PNZN-9524-VCQJ
Waterloo General Office
London
SE1 8SW
United Kingdom
Contact name: Amy Slocombe
Email: amy.slocombe@networkrail.co.uk
Website: https://www.networkrail.co.uk/
Region: UKI45 - Lambeth
Organisation type: Public authority - central government