Tender

Scotland's Railway - Scotland's Lineside (Vegetation & Boundary Management) Framework

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice identifier: 2025/S 000-006522

Procurement identifier (OCID): ocds-h6vhtk-04e5d6

Published 21 February 2025, 9:12am



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Email

John.Bradshaw2@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.networkrail.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://networkrail.bravosolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://networkrail.bravosolution.co.uk/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Scotland's Railway - Scotland's Lineside (Vegetation & Boundary Management) Framework

two.1.2) Main CPV code

  • 77211400 - Tree-cutting services

two.1.3) Type of contract

Services

two.1.4) Short description

Scotland's Railway is running a procurement event for the Scotland Lineside Framework (SLF) which will deliver lineside de-vegetation and boundary works across Scotland’s railway for 4 years with the option to extend by 3 years (1+1+1) with a maximum spend of £227m across the life of the Framework. There are 7 Lots with opportunities for a maximum of 15 Contractors. Lots 1-3 (3 Contractors) include a minimum spend commitment of £3million per contractor per annum across the 4-year term. Lots 4-7 (Up to 12 Contractors) has no spend commitment.

Lots 1-3 Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals. Split into three geographically; West, Central & East with each tenderer only able to win one LOT and acting as the Principal Contractor with the proviso that Network Rail have the option to relax the rule of one contractor per LOT 1-3, if we fail to receive the relevant standard of tenders to meet this requirement.

Lots 4-7 will be split geographically into the four Delivery Unit boundaries with a minimum of three Lineside Contractors per geographical area. Maximum of two geographical areas per supplier.

two.1.5) Estimated total value

Value excluding VAT: £227,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
7

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Lot 1 - West

Lot No

1

two.2.2) Additional CPV code(s)

  • 77211400 - Tree-cutting services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals across the West of Scotland with an indicative work of £50.1m in Lot 1 as set out in document A2 instructions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend by 3 years (1+1+1)

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 - Central

Lot No

2

two.2.2) Additional CPV code(s)

  • 77211400 - Tree-cutting services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals across Central Scotland with an indicative workbank of £46.2m in Lot 2 as set out in document A2 instructions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £46,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend by 3 years (1+1+1)

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 3 - East

Lot No

3

two.2.2) Additional CPV code(s)

  • 77211400 - Tree-cutting services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals across the East of Scotland with an indicative work of £69.8m in Lot 3 as set out in document A2 instructions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £69,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend by 3 years (1+1+1)

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 4 - Glasgow

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 77211400 - Tree-cutting services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 4 will cover the Glasgow Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be £10.05m for Lot 4 as set out in document A2 instructions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend by 3 years (1+1+1)

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 5 - Motherwell

Lot No

5

two.2.2) Additional CPV code(s)

  • 77211400 - Tree-cutting services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 5 will cover the Motherwell Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be £10.05m for Lot 5 as set out in document A2 instructions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend by 3 years (1+1+1)

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 6 - Edinburgh

Lot No

6

two.2.2) Additional CPV code(s)

  • 77211400 - Tree-cutting services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 6 will cover the Edinburgh Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be £10.05m for Lot 6 as set out in document A2 instructions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend by 3 years (1+1+1)

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 7 - Perth

Lot No

7

two.2.2) Additional CPV code(s)

  • 77211400 - Tree-cutting services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 7 will cover the Perth Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be £10.05m for Lot 7 as set out in document A2 instructions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend by 3 years (1+1+1)

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 April 2025

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

2 June 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Court of Session

Edinburgh

Country

United Kingdom