Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Contact
Sarabjit Lota
Sarabjit.Lota@networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
2904587
Internet address(es)
Main address
https://www.networkrail.co.uk/
Buyer's address
https://networkrail.bravosolution.co.uk/web/login.html
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
W&W Reactive & Minor Works (RMW) Framework
Reference number
Bravo 35457
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Following conclusion of procurement process, this award notice covers the supply of reactive & emergency works as well as the ability to undertake project works for buildings assets and civils assets across the Wales & Western region.
The nil value commitment framework will run for five years with the ability to extend a further three years in one year increments.
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: £750,000,000
two.2) Description
two.2.1) Title
Western RMW Civils
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Supply of reactive & emergency works as well as the ability to undertake project works for buildings assets and civils assets across the Wales & Western region.
Network Rail owns and manages the rail infrastructure and its supporting assets, including bridges, tunnels, culverts, earthworks and the like. Network Rail maintains, repairs and renews these assets, and all associated works.
Inspection, maintenance, repair, partial or whole renewal to parts of:
Bridges, Viaducts, Footbridges, Canopies, Platforms, Fencing.
Tunnels, Drainage including Culverts.
Earthworks (embankments, cuttings and associated drainage works).
Boundary and retaining walls.
Gantries and other supporting structures.
Structures associated with rivers and coastal defences.
Associated enabling or minor works which may include track works.
Signalling and telecommunications, electrification and plant.
Non railway / high street environments.
two.2.5) Award criteria
Quality criterion - Name: Reactive Response / Weighting: 15
Quality criterion - Name: Reactive Scenario / Weighting: 10
Quality criterion - Name: Minor Works / Weighting: 7.5
Quality criterion - Name: Cover & Operations / Weighting: 7.5
Quality criterion - Name: HSEA / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Collaboration / Weighting: 5
Quality criterion - Name: Security & Mobilisation / Weighting: 0
Quality criterion - Name: Modern Slavery / Weighting: 0
Cost criterion - Name: Prelims Option 1 / Weighting: 7
Cost criterion - Name: Prelims Options 2 / Weighting: 4
Cost criterion - Name: Overhead & Profit / Weighting: 7
Cost criterion - Name: Dayworks / Weighting: 8
Cost criterion - Name: Adjustment SoR / Weighting: 10
Cost criterion - Name: Adjustment Project / Weighting: 4
two.2.11) Information about options
Options: Yes
Description of options
Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.
As expressed on the procurement documents, the framework permits use by our regional train & freight operating companies.
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
Wales RMW Civils
Lot No
2
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Supply of reactive & emergency works as well as the ability to undertake project works for buildings assets and civils assets across the Wales & Western region.
Network Rail owns and manages the rail infrastructure and its supporting assets, including bridges, tunnels, culverts, earthworks and the like. Network Rail maintains, repairs and renews these assets, and all associated works.
Inspection, maintenance, repair, partial or whole renewal to parts of:
Bridges, Viaducts, Footbridges, Canopies, Platforms, Fencing.
Tunnels, Drainage including Culverts.
Earthworks (embankments, cuttings and associated drainage works).
Boundary and retaining walls.
Gantries and other supporting structures.
Structures associated with rivers and coastal defences.
Associated enabling or minor works which may include track works,
Signalling and telecommunications, electrification and plant.
Non railway / high street environments.
two.2.5) Award criteria
Quality criterion - Name: Reactive Response / Weighting: 15
Quality criterion - Name: Reactive Scenario / Weighting: 10
Quality criterion - Name: Minor Works / Weighting: 7.5
Quality criterion - Name: Cover & Operations / Weighting: 7.5
Quality criterion - Name: HSEA / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Collaboration / Weighting: 5
Quality criterion - Name: Security & Mobilisation / Weighting: 0
Quality criterion - Name: Modern Slavery / Weighting: 0
Cost criterion - Name: Prelims Option 1 / Weighting: 7
Cost criterion - Name: Prelims Options 2 / Weighting: 4
Cost criterion - Name: Overhead & Profit / Weighting: 7
Cost criterion - Name: Dayworks / Weighting: 8
Cost criterion - Name: Adjustment SoR / Weighting: 10
Cost criterion - Name: Adjustment Project / Weighting: 4
two.2.11) Information about options
Options: Yes
Description of options
Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.
As expressed on the procurement documents, the framework permits use by our regional train & freight operating companies.
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
Western RMW Buildings
Lot No
3
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Supply of reactive & emergency works as well as the ability to undertake project works for buildings assets and civils assets across the Wales & Western region.
Network Rail owns (and operates) stations, lineside buildings and other operational property from which it manages its rail infrastructure and provides services and facilities to train operating companies, retail tenants and direct to rail customers.
Network Rail maintains, repairs and renews these properties, their plant and building services.
Inspection, maintenance, repair, partial or whole renewal to parts of:
Station canopies, footbridges and non-station footbridges, platforms, buildings. Boundary and retaining walls.
Train sheds, Maintenance Delivery Units, Lineside buildings.
Works to Light Maintenance Depots.
Works to carparks, footpaths and hard standings, other associated Network Rail or TOC leased property. Associated mechanical and electrical installations to all the above.
Associated enabling or minor works which may include track works,
Signalling and telecommunications, electrification and plant.
Non railway / high street environments.
two.2.5) Award criteria
Quality criterion - Name: Reactive Response / Weighting: 10
Quality criterion - Name: Reactive Scenario / Weighting: 7
Quality criterion - Name: Minor Works / Weighting: 5
Quality criterion - Name: Cover & Operations / Weighting: 7
Quality criterion - Name: Minor Works M&E / Weighting: 5
Quality criterion - Name: Planned Preventative Maintenance / Weighting: 6
Quality criterion - Name: HSEA / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Collaboration / Weighting: 5
Quality criterion - Name: Security & Mobilisation, Modern Slavery / Weighting: 0
Cost criterion - Name: Prelims Option 1 / Weighting: 7
Cost criterion - Name: Prelims Options 2 / Weighting: 4
Cost criterion - Name: Overhead & Profit / Weighting: 6
Cost criterion - Name: Dayworks / Weighting: 10
Cost criterion - Name: Adjustment SoR / Weighting: 3
Cost criterion - Name: Adjustment Project / Weighting: 3
Cost criterion - Name: Planned Preventative Maintenance / Weighting: 7
two.2.11) Information about options
Options: Yes
Description of options
Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.
As expressed on the procurement documents, the framework permits use by our regional train & freight operating companies.
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
Wales RMW Buildings
Lot No
4
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Supply of reactive & emergency works as well as the ability to undertake project works for buildings assets and civils assets across the Wales & Western region.
Network Rail owns (and operates) stations, lineside buildings and other operational property from which it manages its rail infrastructure and provides services and facilities to train operating companies, retail tenants and direct to rail customers.
Network Rail maintains, repairs and renews these properties, their plant and building services.
Inspection, maintenance, repair, partial or whole renewal to parts of:
Station canopies, footbridges and non-station footbridges, platforms, buildings. Boundary and retaining walls.
Train sheds, Maintenance Delivery Units, Lineside buildings.
Works to Light Maintenance Depots.
Works to carparks, footpaths and hard standings, other associated Network Rail or TOC leased property.
Associated mechanical and electrical installations to all the above.
Associated enabling or minor works which may include track works.
Signalling and telecommunications, electrification and plant.
Non railway / high street environments.
two.2.5) Award criteria
Quality criterion - Name: Reactive Response / Weighting: 10
Quality criterion - Name: Reactive Scenario / Weighting: 7
Quality criterion - Name: Minor Works / Weighting: 5
Quality criterion - Name: Cover & Operations / Weighting: 7
Quality criterion - Name: Minor Works M&E / Weighting: 5
Quality criterion - Name: Planned Preventative Maintenance / Weighting: 6
Quality criterion - Name: HSEA / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Collaboration / Weighting: 5
Quality criterion - Name: Security & Mobilisation, Modern Slavery / Weighting: 0
Cost criterion - Name: Prelims Option 1 / Weighting: 7
Cost criterion - Name: Prelims Options 2 / Weighting: 4
Cost criterion - Name: Overhead & Profit / Weighting: 8
Cost criterion - Name: Dayworks / Weighting: 11
Cost criterion - Name: Adjustment SoR / Weighting: 5
Cost criterion - Name: Adjustment Project / Weighting: 5
two.2.11) Information about options
Options: Yes
Description of options
Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.
As expressed on the procurement documents, the framework permits use by our regional train & freight operating companies.
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-007567
Section five. Award of contract
Contract No
ecm44798
Lot No
1
Title
W&W Reactive & Minor Works - Western Civils
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 March 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Balfour Beatty Rail Ltd
5 Churchill Place, Canary Wharf
London
E145HU
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
01982627
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £262,000,000
Section five. Award of contract
Contract No
ecm44799
Lot No
2
Title
W&W Reactive & Minor Works - Wales Civils
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 March 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Dyer & Butler
Abel Smith House, Gunnels Wood Road
Stevenage
SG1 2ST
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
01450372
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £150,000,000
Section five. Award of contract
Contract No
ecm44800
Lot No
3
Title
W&W Reactive & Minor Works - Western Buildings
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 March 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
JSS RAIL LIMITED
1 Curo Park, Frogmore
St Albans
AL2 2DD
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
1747345
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £225,000,000
Section five. Award of contract
Contract No
ecm44801
Lot No
4
Title
W&W Reactive & Minor Works - Wales Buildings
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 March 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
MPH Construction Ltd
Bromfield House, Queens Lane, Bromfield Industrial Estate,
Mold
CH7 1XB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
1141925
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £112,000,000
Section six. Complementary information
six.3) Additional information
Note, the £750,000,000 is the estimated spend value for this entire framework, covering all four lots and listed for guidance only.
six.4) Procedures for review
six.4.1) Review body
Network Rail Infrastructure Limted
Western House, 1 Holbrook Way,
Swindon
SN11BD
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
High Court of England & Wales Royal Courts of Justice
Strand
London
WC1A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Network Rail Infrastructure Limited
1 Holbrook Road
Swindon
SN11BD
Country
United Kingdom