Separate contracts for each of four lots; 1. Operate, Maintain and Overhaul NR's fleet of Switches and Crossing Grinders; 2. Hand Grinding Services; 3. Operate, Maintain and Overhaul NR's fleet of Mobile Maintenance Trains and; 4. Operate, Maintain and Overhaul NR's Kirow Crane
Network Rail is intending to appoint a single contractor for the detailed design & build of a new
multi-storey car park (MSCP) at York Central.
The project will replace surface level parking with 626 space MSCP with an additional 10 surface
parking blue badge spaces adjacent to the north of the MSCP building as well as 32 EV charging
points located on the top decks of the MSCP.
The site is located in the city of York. It is the existing station surface level long-stay car park.
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
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.
Contract Management Services framework Lot 1 is also known as project delivery support services framework covers multi-discipline portfolio professional services for all aspects of pre & post commercial management, project management, programme controls, planning, and risk disciplines across the Wales & Western region.
Network Rail is responsible for maintaining, developing and operating Great Britain's (GB) railway infrastructure.Network Rail is an arm's length government owned company, whose capital investments are constrained by, and contribute to, the Public Sector Borrowing Requirement. Network Rail needs to improve the efficiency and effectiveness of its capital spend programmes.
NR recognises the opportunity afforded by signalling and is significantly investing in both conventional and digital signalling systems, with a significant programme of work being set out over the next two Control Periods (CP7 (from April 2024 to March 2029) / CP8 (April 2029 to March 2034)).Network Rail is committed to procuring signalling in a different way to drive benefits for the taxpayer, signalling market and wider UK.
The current national signalling workbank shows a significant pipeline across European Train Control System (ETCS) or related technologies and Conventional technologies through CP7 and CP8. Whilst a proportion of the Conventional signalling renewals in CP7 will be covered by existing frameworks, these expire during CP7. There is therefore a need for a new contracting route for Conventional signalling and ETCS signalling which will be used by NR's regions in support of their multi-disciplinary project and programme delivery plans.
Through this contract award NR has established a national Train Control System Frameworks (TCS Frameworks) for the delivery of major train control works and renewals to be delivered on the existing rail network comprising two lots:
Lot 1: TCS Framework - Conventional: Conventional signalling (either conventional or related technologies). Framework Suppliers will be required to provide a range of works and/or services covering design and build.
Lot 2: TCS Framework - Digital: Digital signalling (either ETCS or related technologies). Framework Suppliers will be required to provide a range of works and/or services covering design, build and ETCS maintenance support.
An indicative workbank for each Lot is provided for information only purposes as part of the procurement documents.
The TCSF frameworks will each have a duration of 10-years with an estimated value of approximately £4bn across both Lots.
Network Rail’s approach looks to create long-term, national collaborative relationships with suppliers. Network Rail intends to use the 10-year duration of these frameworks to build strategic longer-term collaborative relationships with suppliers, and with a strong focus on technology development and pipeline visibility.
Network Rail (NR) requires a digital solution to develop signalling
scheme designs and facilitate the integration of that design into the
operational railway providing interfaces to a target signalling
system.
The Target 190plus Synthetic Environment (SE) is a significant
Research & Development project that will define, develop and
deliver capabilities that will enable efficient design, integration,
testing, and validation of Future Control Command Signalling (FCCS) schemes and
products.
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. This Contract Award Notice relates to Framework Category A.
CP7 covers the 5 year period from 1st April 2024 to 31st March 2029.
The Category A Frameworks cover the North West & Central Region which is formed of 3 routes, North West, Central and West Coast South.
Framework Category A
This category relates to the design and build of “large projects” and includes two separate lots for projects with a value of £7to £200m (Lot A1) and £7m to £50m (Lot A2). Both lots cover the full North West and Central Region.
The scope of works and services proposed to be delivered under Framework Category A is multi-disciplinary across the following three disciplines:
Civil Engineering, which includes but is not limited to;
• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.
Buildings, which includes but is not limited to;
• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.
Railway Engineering, which includes but is not limited to;
• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.
The scope of the works for the three disciplines includes:
• Feasibility
• Survey, investigation, and reporting
• Option selection (involving outline methodology)
• Outline and detailed design (including temporary works)
• Implementation (including demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed, third party access agreements
The projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.
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. This Contract Award Notice relates to Framework Category C.
CP7 covers the 5 year period from 1st April 2024 to 31st March 2029.
The North West & Central Region (Region and referred to as R in the lots and sub-lots) is formed of 3 routes, North West (NW), Central (C) and West Coast South (WCS). Some lots within this Contract Award Notice relate to the Region and others relate to one or more routes.
Additional information on the Region (including the geographical areas covered by these 3 routes) can be found at: https://www.networkrail.co.uk/running-the-railway/ourregions/
north-west-and-central/
Framework Category C
This category relates to the implementation of “small projects” (projects with a value of between £100k and £4m), with discipline specific lots for Civil Engineering, Buildings and Electrification & Plant, across different geographical areas within the Region as described in section II.2 in more detail.
The scope of works proposed to be delivered under Framework Category C is:
• Implementation (including temporary works design and demolition)
• Commissioning
• Hand back into maintenance
• Statutory consents and permissions
• If directed by Network Rail, third party access agreements
These works to Network Rail’s assets may incorporate partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening).
Network Rail has appointed suppliers to this Framework Category C across three discipline lots and geographical sub-lots as follows:
Civil Engineering (Structures & Geotechnical)
Lot C1 (R) Civil Engineering (Structures & Geotechnical) across the full Region: 1 Supplier
Lot C1 (NW) Civil Engineering (Structures & Geotechnical) in North West Route area only: 2 Suppliers
Lot C1 (C) Civil Engineering (Structures & Geotechnical) in the Central Route area only: 1 Supplier
Lot C1 (WCS) Civil Engineering (Structures & Geotechnical) in the West Coast South Route area only: 1 Supplier
Buildings
Lot C2 (NW) Buildings in North West Route area only: 1 Supplier
Lot C2 (C&WCS) Buildings in combined Central Route and West Coast South Route areas only: 1 Supplier
Electrification & Plant
Lot C3 (C&WCS) Power & Distribution in the combined Central Route and West Coast South Route areas only: 1 Supplier
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. This Contract Award Notice relates to Framework Category D.
CP7 covers the 5 year period from 1st April 2024 to 31st March 2029.
The North West & Central Region (Region and referred to as R in the lots and sub-lots) is formed of 3 routes, North West (NW), Central (C) and West Coast South (WCS). Some lots within this Contract Award Notice relate to the Region and others relate to one or more routes.
Additional information on the Region (including the geographical areas covered by these 3 routes) can be found at: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/
Framework Category D
This category relates to the delivery of “minor and reactive works” (each with a value up to £100k) relating to planned, unplanned and cyclical maintenance requirements, with discipline specific lots for Civil Engineering and Buildings, across different geographical areas within the Region as described in section II.2 in more detail.
The scope of works proposed to be delivered under Framework Category D is:
• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice (Note: Does not apply to all lots, see section II.2 for more detail on each lot)
• Survey, investigation, and testing
• Outline and detailed design (including temporary works)
• Implementation
• Enabling works for inspections and assessments
• Demolition
• Booking of possessions, isolations, and road closures
• Statutory consents and permissions
• If directed by Network Rail, third party access agreements
These works to Network Rail’s assets may incorporate inspection, maintenance, repair, partial or whole renewal.
Network Rail has 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
Delivery of planned and reactive minor drainage works on Scotland's Railway’s drainage and lineside assets as published on RISQS ( Railway Industry Supplier Qualification Scheme) 12th April 2024.
Delivery of planned and reactive minor drainage works on Scotland's Railway’s drainage and lineside assets as published on RISQS ( Railway Industry Supplier Qualification Scheme) 12th April 2024.
Network Rail requires a series of Framework agreements for the supply of wheelset components which are defined for this tender as axles, bearings, and wheel pans.
These components are safety critical spares which are required for scheduled and unscheduled maintenance activities across all Network Rail fleets.
Award to Rhomberg Sersa UK limited for MFS+/UMH (in line road/rail excavation plant) provision including maintenance and operation. This plant is primarily for use in single line scenarios where there is no other method of delivering the track renewal in the available access. A similar arrangement has been in place for the latter part of 2023/24 and all of 2024/25 through a contract awarded by Supply Chain Operations.