Section one: Contracting authority/entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
NW&CCP7Procurement@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 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 has 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 Award Notices relate to each of them. On 12 February 2024 Network Rail concluded ten (10) service contracts with the Participants (as defined below) under Framework Category D.
Framework Category D relates to the delivery of “minor and reactive works” relating to planned, unplanned and cyclical maintenance requirements, with discipline specific lots for Civil Engineering and Buildings, across different geographical areas within the North West & Central Region (the “Region”). This notice contains further detail of the ongoing use of Framework Category D in line with the originally advertised scope.
The Participants are Amalgamated Construction Ltd, QTS Group Ltd, Construction Marine Ltd, J Murphy & Sons, CK Rail Solutions Ltd and JSS Rail Limited.
The scope of works carried out under Framework Category D are:
• 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
The works to Network Rail’s assets may also incorporate inspection, maintenance, repair, partial or whole renewal.
Network Rail appointed 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
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £242,348,077
two.2) Description
two.2.1) Title
Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)
Lot No
D1 (OC)
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 has appointed two regional framework suppliers to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the Region.
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 7 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 suppliers are 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 are also required to have access to plant hire and material supplies to fulfil this requirement.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework is 3 years (following a 2 month mobilisation period) with an option, subject to each supplier’s performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 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) Description
two.2.1) Title
Lot D1 (R) Civil Engineering (Structures & Geotechnical)
Lot No
D1 (R)
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 has appointed two regional framework suppliers to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the Region.
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 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 suppliers are 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 are also required to have access to plant hire and material supplies to fulfil this requirement.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework is 3 years (following a 2 month mobilisation period) with an option, subject to each supplier’s performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 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) Description
two.2.1) Title
Lot D2 (NW) Buildings
Lot No
D2 (NW)
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation 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 & Central Region (comprising the North West Route, Central Route and West Coast South Route).
two.2.4) Description of the procurement
Network Rail has appointed three framework suppliers 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. 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 are 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 are also required to have access to plant hire and material supplies to fulfil this requirement.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework is 3 years (following a 2 month mobilisation period) with an option, subject to each supplier’s performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 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) Description
two.2.1) Title
Lot D2 (C&WCS) Buildings
Lot No
D2 (C&WCS)
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 & Central Region (comprising the North West Route, Central Route and West Coast South Route).
two.2.4) Description of the procurement
Network Rail has appointed three framework suppliers 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. 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 are 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 are also required to have access to plant hire and material supplies to fulfil this requirement.
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the framework is 3 years (following a 2 month mobilisation period) with an option, subject to each supplier’s performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
This notice provides an update to the value of the Framework Category D service agreements entered into by the Participants. Each Participant is a party to a separate agreement with Network Rail which is entered into in accordance with the terms of the originally advertised scope.
As part of the original competitive procurement process the Contract Notice stated that the Category D frameworks relate to the delivery of “minor and reactive works” each with a value up to 100k GBP. The estimated total value of the framework was 229,000,000 GBP. The procurement documents made clear that the initial detail provided of the value was an estimation only . The full scope and extent of the relationships between the Participants was clearly detailed in the Contract Notice and in the accompanying procurement documents, and was not linked to or to any extent constrained by the indicative cumulative estimates of value provided.
The Contract Award Notice also noted that the estimated total value was based on Network Rail’s current forecast of future spend under the frameworks. The Contract Award Notice noted that the values are Network Rail’s best estimate based on currently available information, and in particular that any third party spend is not certain at the stage the Contract Award Notice was published.
The Contract Award Notice also noted that the final value of the frameworks may be higher or lower.
Given the nature of the works required under Framework Category D, and as envisaged by the original procurement documents, the estimated individual value set out in the Contract Notice has to be increased, and so, in the interests of transparency Network Rail publish this voluntary ex ante transparency (“VEAT”) notice. Network Rail intend to increase the overall value of the contracts awarded under Framework Category D; and
The individual value for each contract awarded under Framework Category D will be subject to a new limit of 300k GBP. It is also currently anticipated that the total value of the procurement (excluding VAT) for the remainder of the initial term of 3 years and optional 2 years’ extension per contract may increase to 242,348,077.00 GBP.
four.1.3) Information about a framework agreement
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: 2024/S 000-004654
Section five. Award of contract/concession
Lot No
Lot No: D1 (O-C)
Title
Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
12 February 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Amalgamated Construction Ltd
Leeds
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Lot No
D1 (O-C)
Title
Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
12 February 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
QTS Group Ltd
South Lancashire
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Lot No
D1 (R)
Title
Lot D1 (R) Civil Engineering (Structures & Geotechnical)
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
12 February 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Construction Marine Ltd
Leeds
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Lot No
D1 (R)
Title
Lot D1 (R) Civil Engineering (Structures & Geotechnical)
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
12 February 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
J Murphy & Sons
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Lot No
D2 (NW)
Title
Lot D2 (NW) Buildings
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
12 February 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Amalgamated Construction Ltd
Leeds
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Lot No
D2 (NW)
Title
Lot D2 (NW) Buildings
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
12 February 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
CK Rail Solutions Ltd
Sheffield
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Lot No
D2 (NW)
Title
Lot D2 (NW) Buildings
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
12 February 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
JSS Rail Limited
St Albans
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Lot No
D2 (C&WCS)
Title
Lot D2 (C&WCS) Buildings
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
12 February 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Amalgamated Construction Ltd
Leeds
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Lot No
D2 (C&WCS)
Title
Lot D2 (C&WCS) Buildings
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
12 February 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
CK Rail Solutions Ltd
Sheffield
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Lot No
D2 (C&WCS)
Title
Lot D2 (C&WCS) Buildings
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
12 February 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
JSS Rail Limited
St Albans
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Find a Tender website: Find a Tender (find-tender.service.gov.uk)
six.4) Procedures for review
six.4.1) Review body
The High Court
London
WC2A 1AA
Country
United Kingdom