- Scope of the procurement
- Lot 1A Generalist Buildings & Civils
- Lot 1B Specialist Structures
- Lot 1C Specialist Geotechnical
- Lot 2A Generalist Signalling and Telecoms
- Lot 2B Specialist Signaling
- Lot 2C Specialist Telecoms
- Lot 3A Generalist Contact Systems
- Lot 3B Specialist Contact Systems
- Lot 4A Generalist Distribution & Plant
- Lot 4B Specialist Distribution & Plant
Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Contact
Megan Stirrup
megan.stirrup@networkrail.co.uk
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 Eastern Routes Partnership Framework
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Network Rail Infrastructure Ltd (NR) has sought Partners to appoint to the Eastern Routes Partnership (ERP) framework.
The ERP is the main route to market for the Eastern Region to support the delivery of projects under NR's Strategic Business Plan (SBP), as well as other projects with a core technical discipline.
The geographical scope of the ERP is the Eastern Region.
(https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/).
The initial term of the ERP is 5 years (plus a 2 month mobilisation) with an option to extend the ERP by yearly increments up to a further 5 years.
The ERP comprises two levels: Generalist and Specialist. The process for allocating projects is set out at Section VI.3.
NR has actively encouraged SMEs, new entrants and/or discipline experts to participate in the process for the Specialist level. For the Generalist level, NR has engaged suppliers able to take on projects with increased complexity/stakeholder management, which possess the ability to deliver the volumes required against the desired unit rates to deliver the SBP.
The values for each Lot are estimates only, based on SBP budgets rather than delivery plan values. As such, they are not guaranteed and do not act as a minimum or maximum workbank value for the control period nor a guarantee as to volume split of work-type.
A Partnership Agreement sits alongside the ERP and comprises NR and the Generalist contractors. Specialist contractors may join the Partnership if the ERP is extended beyond the initial 5 years.
The core Partnership aims are to: a) create a collaborative environment; b) hold NR and all Partner-contractors to account; and c) undertake the efficiency challenge in delivering the ERP workbank safely.
The ERP includes a pain-gain incentive mechanism, based on the difference between the Annual Actual Cost and the Annual Project Target cost. The Annual Project Target Costs are all derived from the Client’s budget. A Portfolio Incentivisation Fund will also be set up at a Partnership Level, distributing savings across Partner-contractors.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Lot 1A Generalist Buildings & Civils
Lot No
1A
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45210000 - Building construction work
- 45213320 - Construction work for buildings relating to railway transport
- 45213321 - Railway station construction work
- 45221112 - Railway bridge construction work
- 45300000 - Building installation work
- 71332000 - Geotechnical engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Eastern Region including all routes and areas where work will be delivered by the region.
two.2.4) Description of the procurement
The scope of work type to be delivered includes but not limited to the
following:-
Building/civils and associated mechanical and electrical works for:
Buildings (Station & Lineside), Light Maintenance Depots, Maintenance
Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and
roads and Asbestos contaminated buildings.
Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works,
Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route
works.
Structural works for: Underbridges, Preventative Tunnel interventions,
Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges,
Equipment support structures (signal posts/OLE gantries) and Scour Works.
Geotechnical works for: Earthwork Embankment, Condition monitoring,
Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts
two.2) Description
two.2.1) Title
Lot 1B Specialist Structures
Lot No
1B
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45210000 - Building construction work
- 45213320 - Construction work for buildings relating to railway transport
- 45213321 - Railway station construction work
- 45221112 - Railway bridge construction work
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Eastern Region including all routes and areas where work will be delivered by the region.
two.2.4) Description of the procurement
The scope of work type to be delivered is Primarily that of Structures and
associated works but may also include and not limited to the following:-
Building/civils and associated mechanical and electrical works for:
Buildings (Station & Lineside), Light Maintenance Depots, Maintenance
Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and
roads and Asbestos contaminated buildings.
Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works,
Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works.
Structural works for: Underbridges, Preventative Tunnel interventions,
Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges,
Equipment support structures (signal posts/OLE gantries) and Scour Works.
Could include Geotechnic works for: Earthwork Embankment, Condition
monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
two.2) Description
two.2.1) Title
Lot 1C Specialist Geotechnical
Lot No
1C
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45210000 - Building construction work
- 45213320 - Construction work for buildings relating to railway transport
- 45213321 - Railway station construction work
- 45221112 - Railway bridge construction work
- 45300000 - Building installation work
- 71332000 - Geotechnical engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Eastern Region including all routes and areas where work will be delivered by the region.
two.2.4) Description of the procurement
The scope of work type to be delivered is Primarily that of Geotechnical and
associated works but may also include and not limited to the following:-
Building/civils and associated mechanical and electrical works for:
Buildings (Station & Lineside), Light Maintenance Depots, Maintenance
Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and
roads and Asbestos contaminated buildings.
Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works,
Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works.
Optional Structural works for: Underbridges, Preventative Tunnel
interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures,
Footbridges, Equipment support structures (signal posts/OLE gantries) and
Scour Works.
Geotechnic works for: Earthwork Embankment, Condition monitoring,
Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
two.2) Description
two.2.1) Title
Lot 2A Generalist Signalling and Telecoms
Lot No
2A
two.2.2) Additional CPV code(s)
- 45234000 - Construction work for railways and cable transport systems
- 45234115 - Railway signalling works
- 45234116 - Track construction works
- 71311230 - Railway engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Eastern Region including all routes and areas where work will be delivered by the region.
two.2.4) Description of the procurement
The scope of work type to be delivered includes but not limited
to the following:-
Interlocking & NX panels works for:
Re-wire/Life extend.
Route Relay Interlocking alterations to account for any new
trackside works.
Alterations to existing Solid State Interlockings (SSI) to account
for any new trackside works.
Entrance Exit (NX) panel updates.
Level Crossing Predictor/Controller works for:
Level crossing Life Extension Works (LEW) for all types of
crossings.
Level crossings renewals for all types of level crossings.
Conversion of mechanical winding barriers.
Transmission / Network works for:
Intelligent infrastructure installations.
TDM renewals.
Provision of FTNX / FTNX points of presence in signaling
equipment rooms (inc. REBs).
Remove of obsolete equipment - transmission (CCTV, TDM & FDM).
Track/Way Side (Equipment Housing, Power, Terminals, Signals,
Points, Train Detection) works for:
Life Extension works. Including signal conversion, location case renewal and re-wire.
Intelligent infrastructure installations.
Alterations to signaling power supplies.
Track circuit conversions.
Ground frame conversion to Ground Switch Panel (GSP)
Provision of staff protection systems.
Targeting component renewals - HABDs / REBs / LOCs.
Cable route works including multi core cable renewals.
AWS, TPWS renewal.
Signaling Bonding works.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts
two.2) Description
two.2.1) Title
Lot 2B Specialist Signaling
Lot No
2B
two.2.2) Additional CPV code(s)
- 45232332 - Ancillary works for telecommunications
- 45234000 - Construction work for railways and cable transport systems
- 45234115 - Railway signalling works
- 45234116 - Track construction works
- 45314000 - Installation of telecommunications equipment
- 71311230 - Railway engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Eastern Region including all routes and areas where work will be delivered by the region.
two.2.4) Description of the procurement
The scope of work type to be delivered is Primarily that of
Signaling and associated works but may also include and not
limited to the following:-
Interlocking & NX panels works for:
Re-wire/Life extend.
Route Relay Interlocking alterations to account for any new trackside works.
Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works.
Entrance Exit (NX) panel updates.
Level Crossing Predictor/Controller works for:
Level crossing Life Extension Works (LEW) for all types of crossings.
Level crossings renewals for all types of level crossings.
Conversion of mechanical winding barriers.
Transmission / Network works for:
Intelligent infrastructure installations.
TDM renewals.
Provision of FTNX / FTNX points of presence in signaling
equipment rooms (inc. REBs).
Remove of obsolete equipment - transmission (CCTV, TDM & FDM).
Track/Way Side (Equipment Housing, Power, Terminals, Signals,
Points, Train Detection) works for:
Life Extension works. Including signal conversion, location case renewal and re-wire.
Intelligent infrastructure installations.
Alterations to signaling power supplies.
Track circuit conversions.
Ground frame conversion to Ground Switch Panel (GSP)
Provision of staff protection systems.
Targeting component renewals - HABDs / REBs / LOCs.
Cable route works including multi core cable renewals.
AWS, TPWS renewal.
Signaling Bonding works.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
two.2) Description
two.2.1) Title
Lot 2C Specialist Telecoms
Lot No
2C
two.2.2) Additional CPV code(s)
- 45232332 - Ancillary works for telecommunications
- 45234000 - Construction work for railways and cable transport systems
- 45234115 - Railway signalling works
- 45234116 - Track construction works
- 45314000 - Installation of telecommunications equipment
- 71311230 - Railway engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Eastern Region including all routes and areas where work will be delivered by the region.
two.2.4) Description of the procurement
The scope of work type to be delivered is Primarily that of
Telecommunications and associated works but may also include and not limited to the following:-
Interlocking & NX panels works for:
Re-wire/Life extend.
Route Relay Interlocking alterations to account for any new trackside works.
Alterations to existing Solid State Interlockings (SSI) to account for any new trackside works.
Entrance Exit (NX) panel updates.
Level Crossing Predictor/Controller works for:
Level crossing Life Extension Works (LEW) for all types of crossings.
Level crossings renewals for all types of level crossings.
Conversion of mechanical winding barriers.
Transmission / Network works for:
Intelligent infrastructure installations.
TDM renewals.
Provision of FTNX / FTNX points of presence in signaling
equipment rooms (inc. REBs).
Remove of obsolete equipment - transmission (CCTV, TDM & FDM).
Track/Way Side (Equipment Housing, Power, Terminals, Signals,
Points, Train Detection) works for:
Life Extension works. Including signal conversion, location case
renewal and re-wire.
Intelligent infrastructure installations.
Alterations to signalling power supplies.
Track circuit conversions.
Ground frame conversion to Ground Switch Panel (GSP)
Provision of staff protection systems.
Targeting component renewals - HABDs / REBs / LOCs.
Cable route works including multi core cable renewals.
AWS, TPWS renewal.
Signaling Bonding works.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
two.2) Description
two.2.1) Title
Lot 3A Generalist Contact Systems
Lot No
3A
two.2.2) Additional CPV code(s)
- 45232210 - Overhead line construction
- 45234000 - Construction work for railways and cable transport systems
- 71311230 - Railway engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Eastern Region including all routes and areas where work will be delivered by the region.
two.2.4) Description of the procurement
The scope of work type to be delivered includes but not limited
to the following:-
AC/DC contact systems works for:
Structure renewal & refurbishment.
Geotechnical assessment.
Overhead Line Equipment (OLE) campaign changes (rectification
of known issues).
OLE re-wire.
Crossover/Section insulator replacement (including potential
re-design if required).
Section insulator replacement.
Mid-life refurbishment.
Neutral section replacement (including carrier wire style neutral section design & installation).
Solid conductor beam refurbishment (& bonding).
OLE switch replacement.
Ancillary conductor re-wire.
Other Items included in the Scope:
Forensic analysis (root cause analysis of failures).
Isolation instructions and/or isolation diagram corrections,
correlation and reviews .
Legacy equipment renewal (design knowledge required) this
includes Mechanically Independent Registration and any
conversion of headspans.
Survey e.g. drone, point cloud, etc. for structures.
Tunnel renewals (fixed overhead line equipment, steelwork).
Mitigations at reduced clearance locations (flashover mitigations).
Traction bonding renewal.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
two.2) Description
two.2.1) Title
Lot 3B Specialist Contact Systems
Lot No
3B
two.2.2) Additional CPV code(s)
- 45232210 - Overhead line construction
- 45234000 - Construction work for railways and cable transport systems
- 71311230 - Railway engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Eastern Region including all routes and areas where work will be delivered by the region.
two.2.4) Description of the procurement
The scope of work type to be delivered includes but not limited
to the following:-
AC/DC contact systems works for:
Structure renewal & refurbishment.
Geotechnical assessment.
Overhead Line Equipment (OLE) campaign changes (rectification of known issues).
OLE re-wire.
Crossover/Section insulator replacement (including potential re-design if required).
Section insulator replacement.
Mid-life refurbishment.
Neutral section replacement (including carrier wire style neutral section design & installation).
Solid conductor beam refurbishment (& bonding).
OLE switch replacement.
Ancillary conductor re-wire.
Other Items included in the Scope:
Forensic analysis (root cause analysis of failures).
Isolation instructions and/or isolation diagram corrections, correlation and reviews .
Legacy equipment renewal (design knowledge required) this includes Mechanically Independent Registration and any conversion of headspans.
Survey e.g. drone, point cloud, etc. for structures.
Tunnel renewals (fixed overhead line equipment, steelwork).
Mitigations at reduced clearance locations (flashover mitigations).
Traction bonding renewal.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
two.2) Description
two.2.1) Title
Lot 4A Generalist Distribution & Plant
Lot No
4A
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
- 45317300 - Electrical installation work of electrical distribution apparatus
- 71311230 - Railway engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Eastern Region including all routes and areas where work will be delivered by the region.
two.2.4) Description of the procurement
The scope of work type to be delivered includes but not limited
to the following:-
HV traction distribution works for:
HV Substation Renewal/Refurbishment.
SCADA modifications inc control room updates.
OLE power connections (switch relocation / redesign).
Traction derived signalling power supplies.
Signalling power works for replacement of signalling power
supply equipment
Lighting and associated LV distribution works for:
Walkway lighting and columns.
Operational lighting (buffer stops etc.).
Rail yard lighting and columns.
Tunnel lighting.
Level crossing CCTV and lighting.
Other works:
Lineside operational equipment and monitoring
(Wheelchex/Panchex, etc).
Drainage pumps and associated equipment.
Low voltage and control equipment.
Points heating.
Control Centre power resilience.
Swing bridge controls replacement.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
two.2) Description
two.2.1) Title
Lot 4B Specialist Distribution & Plant
Lot No
4B
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
- 45317300 - Electrical installation work of electrical distribution apparatus
- 71311230 - Railway engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Eastern Region including all routes and areas where work will be delivered by the region.
two.2.4) Description of the procurement
The scope of work type to be delivered includes but not limited
to the following:-
HV traction distribution works for:
HV Substation Renewal/Refurbishment.
SCADA modifications inc control room updates.
OLE power connections (switch relocation / redesign).
Traction derived signalling power supplies.
Signalling power works for replacement of signalling power
supply equipment
Lighting and associated LV distribution works for:
Walkway lighting and columns.
Operational lighting (buffer stops etc.).
Rail yard lighting and columns.
Tunnel lighting.
Level crossing CCTV and lighting.
Other works:
Lineside operational equipment and monitoring
(Wheelchex/Panchex, etc).
Drainage pumps and associated equipment.
Low voltage and control equipment.
Points heating.
Control Centre power resilience.
Swing bridge controls replacement.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework will be 5 years (plus a 2 month mobilisation period) with an option, to extend in yearly increments up to a further 5 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.2.14) Additional information
The lot value is for guidance only and is based on the projected spend for the 10-year framework duration with estimated uplifts.
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 000-006078
Section five. Award of contract
Contract No
ecm 41044
Lot No
1A
Title
Lot 1A Generalist Buildings & Civils
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 May 2024
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Amalgamated Construction Ltd
Leeds
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,284,000,000
Section five. Award of contract
Contract No
ecm 41047
Lot No
1A
Title
Lot 1A Generalist Buildings & Civils
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
13 June 2024
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
BAM Nuttall Ltd
Surrey
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,284,000,000
Section five. Award of contract
Contract No
ecm 41049
Lot No
1A
Title
Lot 1A Generalist Buildings & Civils
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 June 2024
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Morgan Sindall Construction & Infrastructure Ltd
LONDON
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,284,000,000
Section five. Award of contract
Contract No
ecm 41050
Lot No
1A
Title
Lot 1A Generalist Buildings & Civils
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 June 2024
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Story Contracting Limited
Cumbria
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,284,000,000
Section five. Award of contract
Contract No
ecm 41058
Lot No
1B
Title
Lot 1B Specialist Structures
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
24 May 2024
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Taziker Industrial Ltd
Chorley
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £64,000,000
Section five. Award of contract
Contract No
ecm 41059
Lot No
1C
Title
Lot 1C Specialist Geotechnical
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
24 May 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
CK Rail Solutions Ltd
Sheffield
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,284,000,000
Section five. Award of contract
Contract No
ecm 41051
Lot No
2A
Title
Lot 2A Generalist Signaling and Telecoms
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 June 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
Amey Rail Limited
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £852,000,000
Section five. Award of contract
Contract No
ecm 41052
Lot No
2A
Title
Lot 2A Generalist Signaling and Telecoms
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
18 June 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
ATKINSRÉALIS UK LIMITED
Surrey
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £852,000,000
Section five. Award of contract
Contract No
ecm 41060
Lot No
2B
Title
Lot 2B Specialist Signaling
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
24 May 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
Trackwork Ltd
Doncaster
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £88,500,000
Section five. Award of contract
Contract No
ecm 41061 -
Lot No
2C
Title
Lot 2C Specialist Telecoms
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
24 May 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
Hawthorne Contract Services Limited
York
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £70,000,000
Section five. Award of contract
Contract No
ecm 41054
Lot No
3A
Title
Lot 3A Generalist Contact Systems
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 June 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
Amey Rail Limited
LONDON
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £361,750,000
Section five. Award of contract
Contract No
ecm 41055
Lot No
3A
Title
Lot 3A Generalist Contact Systems
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 May 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
Keltbray Rail Limited
Esher
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £361,750,000
Section five. Award of contract
Contract No
ecm 41063
Lot No
3B
Title
Lot 3B Specialist Contact Systems
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 June 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
Morgan Sindall Construction & Infrastructure Ltd
LONDON
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £70,000,000
Section five. Award of contract
Contract No
ecm 41056
Lot No
4A
Title
Lot 4A Generalist Distribution & Plant
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
24 May 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
Keltbray Rail Limited / Linbrooke Services Limited together forming Keltbray Linbrooke Partnership (KLP)
Esher and Sheffield
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £497,250,000
Section five. Award of contract
Contract No
ecm 41057
Lot No
4A
Title
Lot 4A Generalist Distribution & Plant
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 May 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
Octavius Infrastructure Limited
Reigate
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £497,250,000
Section five. Award of contract
Contract No
ecm 41064
Lot No
4B
Title
Lot 4B Specialist Distribution & Plant
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
8 August 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
Lowery Ltd
Staines Upon Thames
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £87,500,000
Section six. Complementary information
six.3) Additional information
The ERP has been scoped to take into account the priorities of NR relating to economic, social and environmental well-being. These priorities are described in the procurement documents. Projects will be allocated annually. Projects will first be allocated to the Generalist of Specialist level. Projects will then be allocated between contractors (where there is more than one at that level) and will be based on ensuring an equitable allocation of relevant projects for the year between contractors. This will be based on the following 3 factors:
(a) Value in monetary terms based on the budget available for of Projects.
(b) Risk profile of Projects (as assessed by the Client and being the risk attendant to the relevant Generalist Contractor for each Project) such as stakeholder requirements, consents requirements, access and site conditions/ restrictions, programme restrictions, design complexity and external interfaces for example.
(c) Where applicable, Development Projects' Client Priority Levels.
The share of work which a contractor is entitled to can be reduced by up to 25% based on KPI performance.
Additional information for section IV.1.3)
Extended term is necessary due to:
Upfront Investment: The extended contract duration is required to provide sufficient time for suppliers to recoup the upfront investment expected to expedite the establishment of a fully functioning partnership delivery model.
Cultural/Organisational Alignment: Sophisticated alliance/partnership models require embedded cultural and people alignment that can only be achieved over a longer period through relationship management and coaching.
Programme Flexibility: Political and budgetary changes will require flexibility over the term to achieve programme outcomes. A 10 year term enables maximum flexibility to manage scheme and budget adjustments.
Working Practices: The new delivery model will represent a change in Network Rail working practices and procedures. An increased term will enable Network Rail to embed the necessary step change in maturity working in collaboration with the Partners to achieve the required outcomes.
Standardisation: A longer term contract is essential to realise primary benefit of design standardisation, requiring investment in time, resource and lessons learned.
Skills Shortage: Infrastructure spend in the UK is forecasted to increase in the next 10 years. In parallel the industry is seeing skills and resource shortages.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales Royal Courts of Justice
Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and 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
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom