- Scope of the procurement
- Lot C1 (R) Civil Engineering (Structures & Geotechnical)
- Lot C1 (NW) Civil Engineering (Structures & Geotechnical)
- Lot C1 (C) Civil Engineering (Structures & Geotechnical)
- Lot C1 (WCS) Civil Engineering (Structures & Geotechnical)
- Lot C2 (NW) Buildings
- Lot C2 (C&WCS) Buildings
- Lot C3 (C&WCS) Power & Distribution
Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Contact
Sam Allsop
Telephone
+44 1908781000
Country
United Kingdom
Region code
UK - United Kingdom
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 North West & Central Region CP7 Frameworks: Framework Category C
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.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 C.
CP7 covers the 5 year period from 1st April 2024 to 31st March 2029.
The North West & Central Region (Region and referred to as R in the lots and sub-lots) is formed of 3 routes, North West (NW), Central (C) and West Coast South (WCS). Some lots within this Contract Award Notice relate to the Region and others relate to one or more routes.
Additional information on the Region (including the geographical areas covered by these 3 routes) can be found at: https://www.networkrail.co.uk/running-the-railway/ourregions/
north-west-and-central/
Framework Category C
This category relates to the implementation of “small projects” (projects with a value of between £100k and £4m), with discipline specific lots for Civil Engineering, Buildings and Electrification & Plant, across different geographical areas within the Region as described in section II.2 in more detail.
The scope of works proposed to be delivered under Framework Category C is:
• Implementation (including temporary works design and demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed by Network Rail, third party access agreements
These works to Network Rail’s assets may incorporate partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening).
Network Rail has appointed suppliers to this Framework Category C across three discipline lots and geographical sub-lots as follows:
Civil Engineering (Structures & Geotechnical)
Lot C1 (R) Civil Engineering (Structures & Geotechnical) across the full Region: 1 Supplier
Lot C1 (NW) Civil Engineering (Structures & Geotechnical) in North West Route area only: 2 Suppliers
Lot C1 (C) Civil Engineering (Structures & Geotechnical) in the Central Route area only: 1 Supplier
Lot C1 (WCS) Civil Engineering (Structures & Geotechnical) in the West Coast South Route area only: 1 Supplier
Buildings
Lot C2 (NW) Buildings in North West Route area only: 1 Supplier
Lot C2 (C&WCS) Buildings in combined Central Route and West Coast South Route areas only: 1 Supplier
Electrification & Plant
Lot C3 (C&WCS) Power & Distribution in the combined Central Route and West Coast South Route areas only: 1 Supplier
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: £358,000,000
two.2) Description
two.2.1) Title
Lot C1 (R) Civil Engineering (Structures & Geotechnical)
Lot No
C1 (R)
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45221112 - Railway bridge construction work
- 45221122 - Railway viaduct construction work
- 45221242 - Railway tunnel construction work
- 45234100 - Railway construction works
- 45234114 - Railway embankment construction work
- 71322000 - Engineering design services for the construction of civil engineering works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
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).
two.2.4) Description of the procurement
Network Rail has appointed a regional framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the North West & Central Region.
The scope of works which Network Rail may require comprises:
• Implementation (including temporary works design and demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed by Network Rail, third party access agreements
These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:
• Bridges (underbridges, overbridges, footbridges, property rafts)
• Viaducts
• Tunnels
• Walls (boundary, retaining and acoustic barriers)
• Drainage including culverts
• Structures and works associated with river, coastal and estuarine defences
• Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works)
• Mining (mine workings, shafts and adits)
• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)
This lot relates to a single supplier for the Region. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (two suppliers for Lot C1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route, a supplier for Lot C1 (C) Civil Engineering (Structures and Geotechnical) in the Central Route and a supplier for Lot C1 (WCS) Civil Engineering (Structures & Geotechnical) in the West Coast South Route).
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (following a 2 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.
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 C1 (NW) Civil Engineering (Structures & Geotechnical)
Lot No
C1 (NW)
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45221112 - Railway bridge construction work
- 45221122 - Railway viaduct construction work
- 45221242 - Railway tunnel construction work
- 45234100 - Railway construction works
- 45234114 - Railway embankment construction work
- 71322000 - Engineering design services for the construction of civil engineering works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Network Rail’s North West Route.
two.2.4) Description of the procurement
Network Rail has appointed two framework suppliers to deliver a proportion of the civil engineering (structures and geotechnical) workbank within the North West Route. This is a geographical sub-lot comprising the North West Route.
The scope of works which Network Rail may require comprises:
• Implementation (including temporary works design and demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed by Network Rail, third party access agreements
These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:
• Bridges (underbridges, overbridges, footbridges, property rafts)
• Viaducts
• Tunnels
• Walls (boundary, retaining and acoustic barriers)
• Drainage including culverts
• Structures and works associated with river, coastal and estuarine defences
• Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works)
• Mining (mine workings, shafts and adits)
• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)
This lot relates to two suppliers for the North West Route. The successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot C1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route in addition to a supplier appointed for the Region (Lot C1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route))
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (following a 2 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.
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 C1 (C) Civil Engineering (Structures & Geotechnical)
Lot No
C1 (C)
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45221112 - Railway bridge construction work
- 45221122 - Railway viaduct construction work
- 45221242 - Railway tunnel construction work
- 45234100 - Railway construction works
- 45234114 - Railway embankment construction work
- 71322000 - Engineering design services for the construction of civil engineering works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Network Rail’s Central Route.
two.2.4) Description of the procurement
Network Rail has appointed a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the Central Route. This is a geographical sub-lot comprising the Central Route area.
The scope of works which Network Rail may require comprises:
• Implementation (including temporary works design and demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed by Network Rail, third party access agreements
These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:
• Bridges (underbridges, overbridges, footbridges, property rafts)
• Viaducts
• Tunnels
• Walls (boundary, retaining and acoustic barriers)
• Drainage including culverts
• Structures and works associated with river, coastal and estuarine defences
• Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works)
• Mining (mine workings, shafts and adits)
• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)
This lot relates to a single supplier for the Central Route . The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot C1 (C) Civil Engineering (Structures and Geotechnical) in the Central Route in addition to a supplier appointed for the Region (Lot C1(R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route))
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (following a 2 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.
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 C1 (WCS) Civil Engineering (Structures & Geotechnical)
Lot No
C1(WCS)
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45221112 - Railway bridge construction work
- 45221122 - Railway viaduct construction work
- 45221242 - Railway tunnel construction work
- 45234100 - Railway construction works
- 45234114 - Railway embankment construction work
- 71322000 - Engineering design services for the construction of civil engineering works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Network Rail’s West Coast South Route.
two.2.4) Description of the procurement
Network Rail has appointed a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the West Coast South Route. This is a geographical sub-lot comprising the West Coast South Route area.
The scope of works which Network Rail may require comprises:
• Implementation (including temporary works design and demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed by Network Rail, third party access agreements
These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:
• Bridges (underbridges, overbridges, footbridges, property rafts)
• Viaducts
• Tunnels
• Walls (boundary, retaining and acoustic barriers)
• Drainage including culverts
• Structures and works associated with river, coastal and estuarine defences
• Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works)
• Mining (mine workings, shafts and adits)
• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)
This lot relates to a single supplier for the West Coast South Route . The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot C1 (WCS) Civil Engineering (Structures and Geotechnical) in the West Coast South Route in addition to a supplier appointed for the Region (Lot C1(R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route))
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (following a 2 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.
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 C2 (NW) Buildings
Lot No
C2 (NW)
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45213320 - Construction work for buildings relating to railway transport
- 45213321 - Railway station construction work
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Network Rail’s North West Route
two.2.4) Description of the procurement
Network Rail has appointed a framework supplier to deliver the buildings workbank within the North West Route. This is a geographical sub-lot comprising the North West Route.
The scope of works which Network Rail may require comprises:
• Implementation (including temporary works design and demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed by Network Rail, third party access agreements
These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:
• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators)
• 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
• Equipment and systems contained within the assets listed above, including M&E systems, fire systems.
This lot relates to a single supplier for the North West Route.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (following a 2 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.
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 C2 (C&WCS) Buildings
Lot No
C2 (C&WCS)
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45213320 - Construction work for buildings relating to railway transport
- 45213321 - Railway station construction work
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Network Rail’s combined Central Route and West Coast South Route areas.
two.2.4) Description of the procurement
Network Rail has appointed a framework supplier to deliver the buildings workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas.
The scope of works which Network Rail may require comprises:
• Implementation (including temporary works design and demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed by Network Rail, third party access agreements
These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:
• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators)
• 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
• Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant)
• Equipment and systems contained within the assets listed above, including M&E systems, fire systems.
This lot relates to a single supplier for the combined Central Route and West Coast South Route areas.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (following a 2 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.
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 C3 (C&WCS) Power & Distribution
Lot No
C3 (C&WCS)
two.2.2) Additional CPV code(s)
- 45234000 - Construction work for railways and cable transport systems
- 45315400 - High voltage installation work
- 45315600 - Low-voltage installation work
- 71311230 - Railway engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Network Rail’s combined Central Route and West Coast South Route areas.
two.2.4) Description of the procurement
Network Rail has appointed a regional framework supplier to deliver the Electrification & Plant: Power & Distribution workbank across the combined Central Route and West Coast South areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas
The scope of works which Network Rail may require comprises:
•
• Implementation (including temporary works design)
• Commissioning
• Decommissioning and recovery of redundant assets
• Hand back into maintenance (including but not limited to record update, providing training and spares)
These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of:
• Non-traction distribution asset (e.g. RMU)
• DC Switchgear (including HV)
• ETE (e.g. TIS, negative bonding)
This lot relates to a single supplier for the combined Central Route and West Coast South Route areas.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (following a 2 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.
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
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
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-016354
Section five. Award of contract
Lot No
C1 (R)
Title
Lot C1 (R) Civil Engineering (Structures & Geotechnical)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 February 2024
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
Amalgamated Construction Limited
3175 Century Way, Thorpe Park, Leeds LS15 8ZB
Leeds
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
Section five. Award of contract
Lot No
C1 (NW)
Title
Lot C1 (NW) Civil Engineering (Structures & Geotechnical)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 February 2024
five.2.2) Information about tenders
Number of tenders received: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
QTS Group Ltd
Rench Farm, Drumclog, South Lanarkshire, ML10 6QJ
South Lanarkshire
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
Section five. Award of contract
Lot No
C1 (NW)
Title
Lot C1 (NW) Civil Engineering (Structures & Geotechnical)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 February 2024
five.2.2) Information about tenders
Number of tenders received: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Story Contracting Limited
Burgh Road Industrial Estate, Carlisle, CA2 7NA
Carlisle
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
Section five. Award of contract
Lot No
C1 (C)
Title
Lot C1 (C) Civil Engineering (Structures & Geotechnical)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 March 2024
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
J Murphy & Sons Ltd
Hiview House, Highgate Road, London NW5 1TN
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
Section five. Award of contract
Lot No
C1 (WCS)
Title
Lot C1 (WCS) Civil Engineering (Structures & Geotechnical)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 March 2024
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
J Murphy & Sons Ltd
Hiview House, Highgate Road, London NW5 1TN
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
Section five. Award of contract
Lot No
C2 (NW)
Title
Lot C2 (NW) Buildings
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 February 2024
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Amalgamated Construction Ltd
3175 Century Way, Thorpe Park, Leeds, England, LS15 8ZB
Leeds
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
Section five. Award of contract
Lot No
C2 (C&WCS)
Title
Lot C2 (C&WCS) Buildings
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 March 2024
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
J Murphy & Sons Ltd
Hiview House, Highgate Road, London NW5 1TN
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
Section five. Award of contract
Lot No
C3 (C&WCS)
Title
Lot C3 (C&WCS) Power & Distribution
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 February 2024
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Amey Rail Limited
Chancery Exchange, 10 Furnival Street, London, United Kingdom, EC4A 1AB
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
Section six. Complementary information
six.3) Additional information
The estimated value at II.1.7 relates to the full duration of the agreement, including the mobilisation period (2-3 months), 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.
six.4) Procedures for review
six.4.1) Review body
The High Court
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The High Court
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
The High Court
London
Country
United Kingdom