Section one: Contracting entity
one.1) Name and addresses
Network Rail High Speed Ltd
Waterloo General Offices
London
SE1 8SW
Richard.Connolly@networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
Region code
UKJ - South East (England)
Internet address(es)
Main address
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Network Rail High Speed Buildings and Civils Minor Works Framework
two.1.2) Main CPV code
- 45234100 - Railway construction works
two.1.3) Type of contract
Works
two.1.4) Short description
Network Rail High Speed has put in place a number of frameworks to cover Buildings and Civils Minor Work Framework for CP4.
Lot 1- Buildings: 1 Supplier
Lot 2 - Civils: 1 Supplier
CP4 covers the 5 year period from 1st April 2025 to 31st March 2030.
The contract value is inclusive of estimated CPI increases over the contract duration and an allowance for change and risk contingency.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £32,800,000
two.2) Description
two.2.1) Title
Lot 1 - Buildings
Lot No
1
two.2.2) Additional CPV code(s)
- 45234100 - Railway construction works
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Lot 1 - Buildings
Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal of 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
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework is to 31 March 2030 with options to extend for a further three (3) periods of one (1) year provided it is not beyond 31 March 2033.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Civils
Lot No
2
two.2.2) Additional CPV code(s)
- 45234100 - Railway construction works
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Lot 2 - Civils
Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal of parts of:
• Bridges (underbridges, overbridges, footbridges, external stairs)
• Viaducts
• Tunnels
• Walls (boundary, retaining and acoustic barriers)
• Drainage including culverts
• Structures
• Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works)
• Roadways
• Fencing (boundary and security)
• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework is to 31 March 2030 with options to extend for a further three (3) periods of one (1) year provided it is not beyond 31 March 2033.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
Selection of candidates was conducted using an authorised qualification mechanism RISQS (Railway Industry Supplier Qualification Scheme)
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2019/S 027-060964
Section five. Award of contract
Contract No
ecm_49580
Lot No
1
Title
Network Rail High Speed Buildings & Civils Minor Works Framework Lot 1 - Buildings
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 December 2025
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
B&M McHugh Limited
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
Section five. Award of contract
Contract No
ecm_49581
Lot No
2
Title
Network Rail High Speed Buildings & Civils Minor Works Framework: Lot 2 -Civils
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
13 January 2026
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
M Group Transport (Rail & Aviation) Limited
Stevenage
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court
London
WC2A 1AA
Country
United Kingdom