Contract

Network Rail Eastern Routes Partnership Framework

  • Network Rail Infrastructure Ltd

F06: Contract award notice – utilities

Notice identifier: 2024/S 000-028599

Procurement identifier (OCID): ocds-h6vhtk-03ad6c

Published 6 September 2024, 12:48pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Contact

Megan Stirrup

Email

megan.stirrup@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.com

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