Contract

Network Rail North West & Central Region CP7 Frameworks: Framework Category A

  • Network Rail Infrastructure Ltd

F06: Contract award notice – utilities

Notice identifier: 2024/S 000-009738

Procurement identifier (OCID): ocds-h6vhtk-03b247

Published 26 March 2024, 9:29am



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Contact

Sam Allsop

Email

Sam.Allsop@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.networkrail.co.uk/

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 A

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 A.

CP7 covers the 5 year period from 1st April 2024 to 31st March 2029.

The Category A Frameworks cover the North West & Central Region which is formed of 3 routes, North West, Central and West Coast South.

Framework Category A

This category relates to the design and build of “large projects” and includes two separate lots for projects with a value of £7to £200m (Lot A1) and £7m to £50m (Lot A2). Both lots cover the full North West and Central Region.

The scope of works and services proposed to be delivered under Framework Category A is multi-disciplinary across the following three disciplines:

Civil Engineering, which includes but is not limited to;

• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.

Buildings, which includes but is not limited to;

• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.

Railway Engineering, which includes but is not limited to;

• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.

The scope of the works for the three disciplines includes:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• Statutory consents and permissions

• If directed, third party access agreements

The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.

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: £490,000,000

two.2) Description

two.2.1) Title

Lot A1 – Regional Multi-discipline £7m - £200m Projects

Lot No

Lot A1

two.2.2) Additional CPV code(s)

  • 34632300 - Electrical installations for railways
  • 45100000 - Site preparation work
  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45213321 - Railway station construction work
  • 45221112 - Railway bridge construction work
  • 45221122 - Railway viaduct construction work
  • 45221242 - Railway tunnel construction work
  • 45234000 - Construction work for railways and cable transport systems
  • 45234100 - Railway construction works
  • 45234114 - Railway embankment construction work
  • 45234115 - Railway signalling works
  • 45234116 - Track construction works
  • 45315400 - High voltage installation work
  • 45315600 - Low-voltage installation work
  • 50225000 - Railway-track maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71311230 - Railway engineering services
  • 71320000 - Engineering design services
  • 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). More information can be found here: https://www.networkrail.co.uk/running-the-ra

two.2.4) Description of the procurement

Network Rail has appointed two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between £7m and £200m.

The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines:

Civil Engineering, which includes but is not limited to;

• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.

Buildings, which includes but is not limited to;

• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.

Railway Engineering, which includes but is not limited to;

• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.

The scope of the works for the three disciplines includes:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• Statutory consents and permissions

• If directed, third party access agreements

The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the framework will be 5 years (following a 1 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 A2 – Multi-discipline £7m – £50m projects

Lot No

Lot A2

two.2.2) Additional CPV code(s)

  • 34632300 - Electrical installations for railways
  • 45100000 - Site preparation work
  • 45210000 - Building construction work
  • 45213320 - Construction work for buildings relating to railway transport
  • 45213321 - Railway station construction work
  • 45221112 - Railway bridge construction work
  • 45221122 - Railway viaduct construction work
  • 45221242 - Railway tunnel construction work
  • 45234000 - Construction work for railways and cable transport systems
  • 45234100 - Railway construction works
  • 45234114 - Railway embankment construction work
  • 45234115 - Railway signalling works
  • 45234116 - Track construction works
  • 45315400 - High voltage installation work
  • 45315600 - Low-voltage installation work
  • 50225000 - Railway-track maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71311230 - Railway engineering services
  • 71320000 - Engineering design services
  • 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). More information can be found here: https://www.networkrail.co.uk/running-the-ra

two.2.4) Description of the procurement

Network Rail has appointed two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between £7m and £50m.

The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines:

Civil Engineering, which includes but is not limited to;

• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.

Buildings, which includes but is not limited to;

• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.

Railway Engineering, which includes but is not limited to;

• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.

The scope of the works for the three disciplines includes:

• Feasibility

• Survey, investigation, and reporting

• Option selection (involving outline methodology)

• Outline and detailed design (including temporary works)

• Implementation (including demolition)

• Commissioning

• Hand back into maintenance

• Statutory consents and permissions

• If directed, third party access agreements

The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.

Two Suppliers have been awarded a framework agreement for Lot A2 covering the Region. Network Rail intends to allocate works to the relevant supplier using a direct award process on a ‘next in line’ allocation as set out in the framework agreement. The two framework suppliers will be allocated projects with an anticipated final cost between £7m and £50m on a rotational basis, along with the two Lot A1 framework suppliers (see above description for Lot A1)

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the framework will be 5 years (following a 1 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: 2023/S 000-017316


Section five. Award of contract

Lot No

Lot A1

Title

Lot A1 – Regional Multi-discipline £7m - £200m Projects

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 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

Skanska Construction (UK) Limited

Hercules Way, Leavesden, Watford, United Kingdom, WD25 7G

Watford

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No


Section five. Award of contract

Lot No

Lot A1

Title

Lot A1 – Regional Multi-discipline £7m - £200m Projects

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

Kier Infrastructure & Overseas Limited

2nd Floor Optimum House, Clippers Quay, Salford, England, M50 3XP

Salford

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No


Section five. Award of contract

Lot No

Lot A2

Title

Lot A2 – Multi-discipline £7m – £50m projects

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: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Octavius Infrastructure Limited

4th Floor, 45 London Road, Reigate, Surrey, RH2 9PY

Surrey

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No


Section five. Award of contract

Lot No

Lot A2

Title

Lot A2 – Multi-discipline £7m – £50m projects

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: 8

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, Cumbria, CA2 7NA

Carlisle

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 (1 month), 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

WC2A 1AA

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The High Court

London

WC2A 1AA

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

The High Court

London

WC2A 1AA

Country

United Kingdom