Tender

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

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice identifier: 2022/S 000-016353

Procurement identifier (OCID): ocds-h6vhtk-032f1a

Published 14 June 2022, 9:46pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Email

NW&CCP7Procurement@Networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.networkrail.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.networkrail.bravosolution.co.uk/

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

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

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Network Rail is intending to 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 Notices relate to each of them. This Contract Notice relates to Framework Category D.

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 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: North West & Central region - Network Rail

Framework Category D

This category relates to the delivery of “minor and reactive works” (each with a value up to £100k) relating to planned, unplanned and cyclical maintenance requirements, with discipline specific lots for Civil Engineering and Buildings, 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 D is:

• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice (Note: Does not apply to all lots, see section II.2 for more detail on each lot)

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Booking of possessions, isolations, and road closures

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These works to Network Rail’s assets may incorporate inspection, maintenance, repair, partial or whole renewal.

Network Rail is looking to appoint suppliers to this Framework Category D across two discipline lots and geographical sub-lots as follows:

Civil Engineering (Structures & Geotechnical)

Lot D1 (O-C) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers

Lot D1 (R) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers

Buildings

Lot D2 (NW) Buildings in North West Route area only: 3 Suppliers

Lot D2 (C&WCS) Buildings in combined Central Route and West Coast South Route areas only: 3 Suppliers

There are bidding rules and award rules for certain lots and sub-lots within this Framework Category D. Please see the Instructions to Participants (provided as part of procurement documents) for more detail on these rules.

Further information is available in the procurement documents including Network Rail’s requirements for each lot and sub-lot. A draft framework agreement is also being shared as part of the procurement documents.

two.1.5) Estimated total value

Value excluding VAT: £229,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)

Lot No

19

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
  • 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).

two.2.4) Description of the procurement

Network Rail is looking to appoint two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

The scope of works which Network Rail may require comprises:

• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.

• All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes.

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Booking of possessions, isolations, and road closures

• 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 inspection, maintenance, repair, partial or whole renewal to parts 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

• Earthworks (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)

Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows:

• Emergency – Attend within 2 hours from receipt of order

• Urgent – Attend within 24 hours from receipt of order

• Routine – Attend within 7 days from receipt or order

• Programmed – As stated on the order

Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.

This lot relates to two suppliers for the Region. The two successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot D1 (O-C) Civil Engineering (Structures & Geotechnical) across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the full NW&C Region (North West Route, Central Route and West Coast South Route) in Lot D1 (R) Civil Engineering (Structures and Geotechnical). Network Rail intends to allocate all orders requiring an emergency response (i.e. site attendance within 2 hours of receipt of the order) to the two successful suppliers under Lot D1 (O-C) Civil Engineering (Structures and Geotechnical).

Network Rail intends to allocate works to the relevant supplier on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in the region under this lot (lot D1 (O-C) Civil Engineering (Structures and Geotechnical)) would have an estimated anticipated framework value in the range of £57,500,000 to £62,500,000.

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: £125,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

66

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 3 years (following a 6 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. The estimated total value of Lot D1 (O-C) will be within the range of £115,000,000to £125,000,000 for the 5.5 year duration.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.2.14) Additional information

The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (36 months) and renewal options (24 months).

two.2) Description

two.2.1) Title

Lot D1 (R) Civil Engineering (Structures & Geotechnical)

Lot No

20

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
  • 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).

two.2.4) Description of the procurement

Network Rail is looking to appoint two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

The scope of works which Network Rail may require comprises:

• All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes.

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Booking of possessions, isolations, and road closures

• 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 inspection, maintenance, repair, partial or whole renewal to parts 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

• Earthworks (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)

Each order under the framework agreement will be categorised by the Network Rail to detail the required response time as follows:

• Urgent – Attend within 24 hours from receipt of order

• Routine – Attend within 7 days from receipt or order

• Programmed – As stated on the order

Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.

This lot relates to two suppliers for the Region. The two successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot D1 (R) Civil Engineering (Structures & Geotechnical) across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the full NW&C Region (North West Route, Central Route and West Coast South Route) in Lot D1 (O-C) Civil Engineering (Structures and Geotechnical).

Network Rail intends to allocate works to the relevant supplier on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in the region under this lot (lot D1 (R) Civil Engineering (Structures and Geotechnical)) would have an estimated anticipated framework value in the range of £27,500,000 to £32,500,000.

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: £65,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

66

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 3 years (following a 6 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. The estimated total value of Lot D1 (R) will be within the range of £55,000,000 to £65,000,000 for the 5.5 year duration.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.2.14) Additional information

The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (36 months) and renewal options (24 months).

two.2) Description

two.2.1) Title

Lot D2 (NW) Buildings

Lot No

21

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
  • 71320000 - Engineering design services

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 is looking to appoint three framework supplier(s) to deliver a proportion of the Buildings minor works and reactive workbank across the North West Route area. This is a geographical sub-lot comprising the North West Route, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D.

The scope of works which Network Rail may require comprises:

• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.

• All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings.

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Asbestos management and removal

• Booking of possessions, isolations, and road closures

• 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 inspection, maintenance, repair, partial or whole renewal to parts of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies)

• 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

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment.

Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows:

• Emergency – Attend within 2 hours from receipt of order

• Urgent – Attend within 24 hours from receipt of order

• Routine – Attend within 7 days from receipt or order

• Programmed – As stated on the order

Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.

This lot relates to three suppliers for the North West Route. Network Rail intends to allocate works to the relevant supplier on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the three frameworks awarded in the North West Route under this lot (lot D2 (NW) Buildings) would have an estimated anticipated framework value in the range of £5,000,000 to £7,000,000.

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: £21,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

66

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 3 years (following a 6 month mobilisation period) with an option, subject to the successful supplier's performance during the initial term and ongoing Network Rail requirements, to extend for a further period of up to 2 years. The estimated total value of Lot D2 (NW) Buildings will be within the range of £15,000,000 to £21,000,000 for the 5.5 year duration

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.2.14) Additional information

The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (36 months) and renewal options (24 months).

two.2) Description

two.2.1) Title

Lot D2 (C&WCS) Buildings

Lot No

22

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
  • 71320000 - Engineering design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Network Rail’s Central Route and West Coast South Route areas.

two.2.4) Description of the procurement

Network Rail is looking to appoint three framework supplier(s) to deliver a proportion of the Buildings minor works and reactive 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, https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D.

The scope of works which Network Rail may require comprises:

• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.

• All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings.

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Asbestos management and removal

• Booking of possessions, isolations, and road closures

• 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 inspection, maintenance, repair, partial or whole renewal to parts of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies)

• 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

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment.

Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows:

• Emergency – Attend within 2 hours from receipt of order

• Urgent – Attend within 24 hours from receipt of order

• Routine – Attend within 7 days from receipt or order

• Programmed – As stated on the order

Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.

This lot relates to three suppliers for the combined Central Route and West Coast South Route areas. Network Rail intends to allocate works to the relevant supplier on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the three frameworks awarded in the combined Central Route and West Coast South Route areas under this lot (lot D2 (C&WCS) Buildings) would have an estimated anticipated framework value in the range of £4,000,000 to £6,000,000.

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: £18,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

66

This contract is subject to renewal

Yes

Description of renewals

The initial term of the framework will be 3 years (following a 6 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. The estimated total value of Lot D2 (C&WCS) will be within the range of £12,000,000 to £18,000,000 for the 5.5 year duration

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.2.14) Additional information

The duration stated at II.2.7 and estimated value at II.2.6 relate to the full duration of the agreement, including the mobilisation period (6 months), initial term (36 months) and renewal options (24 months).


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-010365

four.2.2) Time limit for receipt of tenders or requests to participate

Date

29 July 2022

Local time

12:00pm

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: 11 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Additional information:

To request to participate in this tender event, interested organisations must complete and submit a Pre-Qualification Questionnaire (PQQ) for this procurement event:

1. Register for a free account at https://networkrail.bravosolution.co.uk

2. Click the 'PQQs Open To All Suppliers' link. (These are Selection Questionnaires (SQ) open to any registered supplier). Click on the relevant PQQ to access the content. Click the 'Express Interest' button at the top of the page. This will move the PQQ into your 'My PQQs' page. (This is a secure area reserved for your projects only) You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ Details' box

3. Click 'My Response' under 'PQQ Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). You can use the 'Messages' function to communicate with Network Rail and seek any clarification. Follow the onscreen instructions to complete the PQQ. You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help or the eTendering help desk.

Successful suppliers will be required to fulfil the duties of Principal Contractor under the Construction (Design and Management) Regulations 2015.

Network Rail will assess the PQQs to produce a shortlist of participants for each lot and invite participants to submit tenders for the relevant lot(s) for which they have pre-qualified.

Prior to the award of any framework, Network Rail intends to re-assess the PQQ tests to ensure that successful participants continue to meet the PQQ criteria for the relevant lot(s) for which they have been successful. Where the award rules permit a supplier to be (i) identified as successful in more than one lot or sub-lot within this Framework Category D and/or (ii) identified as successful in at least one lot or sub-lot within this Framework Category D and one or more Lots or Sub-Lots across Framework Category B and/or Framework Category C (which are subject to separate Contract Notices), Network Rail intends to undertake due diligence prior to the award of any framework, to check that the supplier has sufficient resources to deliver each lot and/or sub-lot.

Network Rail reserves the right, in its sole discretion, to exclude participants prior to award where they fail to meet the PQQ requirements and/or due diligence resource check.

Network Rail reserves the right:-

1. not to accept the highest scoring, or any, tender in respect of one, several or all lots.

2. cancel the competition in respect of one, several or all lots for any reason, and participants’ costs and expenses will not be reimbursed.

3. not to award any framework agreement for one, several or all lots as a result of this tendering exercise commenced by publication of this notice; and

4. to make whatever changes it may see fit to the content and structure of the tendering competition (including to award the lots in stages);

and in no circumstances will Network Rail be liable for any costs or expenses incurred by participants in considering and/or responding to the procurement process.

Participants should note that tenders are submitted at the supplier's own cost and risk. Entering into one or more framework agreements does not guarantee any volume of work will be commissioned by Network Rail.

Further information is provided in the procurement documents.

six.4) Procedures for review

six.4.1) Review body

see VI.4.3) below

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Network Rail will incorporate a minimum 10 calendar day standstill period at the point information on award of the framework agreement is communicated to participants.

Appeals must be lodged in accordance with the Utilities Contracts Regulations 2016 (SI 2016 No. 274) as amended.