Contract

W&W Reactive & Minor Works (RMW) Framework

  • Network Rail Infrastructure Ltd

F06: Contract award notice – utilities

Notice identifier: 2025/S 000-012495

Procurement identifier (OCID): ocds-h6vhtk-041715 (view related notices)

Published 2 April 2025, 12:37pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Contact

Sarabjit Lota

Email

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

www.networkrail.co.uk/

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