Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
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