Loading page content…
Loading page content…
108 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Network Rail seeks to appoint an Independent Commercial and Procurement Assurance Review Service Provider to provide independent assurance review activities on procurements with a contract value over £75m and some selected projects under £75m.
£1,500,000
Contract value
Network Rail propose to procure renewals and minor enhancement adopting an integrated multi-discipline rail system approach that is flexible with a focus on productivity and passenger outcomes. Network Rail has set 5 strategic focus areas – a railway system approach; capabilities; productivity; collaborative behaviours; and sustainability. All these focus areas support the Agile Client Eastern (ACE) Capital Delivery operating model. Further information on the ACE operating model can be found within the Procurement Documents. Two Partnerships (North/South) will be created in the Eastern region. Key to their success will be aligned objectives and collaborative behaviours, where Network Rail will create competitive tension and adopt an incentivisation mechanism that will drive enhanced performance whilst fostering a culture of continuous improvement, quality driven outputs and delivering innovative solutions. The partners can undertake works and/or services in relation to the scope of their Lot and in addition undertake those works as part of Work Orders led by other partners. For example, the Structures, Geotechnics and Buildings partner can undertake the Structures, Geotechnics and Buildings works associated with a Signalling or OLE Works Order. In addition, where it provides value for money to do so for Network Rail, the partner may undertake works that are reasonably necessary to be supplied or installed contemporaneously with the Work Order. This could include but is not limited to the adjustment of Overhead Lines or track when undertaking a bridge replacement by a Lot 1 or 2 Structures, Geotechnics and Buildings partner. The Framework terms and conditions will provide NR with the flexibility to request partners to undertake CP7 work bank projects in both the North and South partnership regions. Network Rail is looking to appoint 14 construction partners to deliver the CP7 renewals and minor enhancement works across the Eastern Region. In addition, 5 secondary suppliers will also be appointed per Lot who sits outside the partnership. The partners will be appointed across 5 Lots as follows:- Lot 1 Structures, Geotechnics & Buildings (North): 3 partners plus 1 secondary supplier Lot 2 Structures, Geotechnics & Buildings (South): 3 partners plus 1 secondary supplier Lot 3 Signalling and Telecoms North & South: 4 partners (2 per partnership region) plus 1 secondary supplier Lot 4 Electrification & Power - Contact Systems North & South: 2 partners (1 per partnership region) plus 1 secondary supplier Lot 5 Electrification & Power - Distribution and Plant North & South: 2 partners (1 per partnership region) plus 1 secondary supplier The partners will be responsible for the design and construction works for the CP7 work bank for their respective Lot. The partners will be appointed via a Framework and a Partnering Agreement. The partners may also be asked to undertake emergency works and services. The Framework duration will be 5 years with an option to extend by a further 5 years with a 4-month mobilisation period and a further period to complete outstanding works. The contract is divided into 5 Lots. Tenders may be submitted for a maximum of 2 Lots. The estimated total value of the Framework will be within the range of £3,500,000,000 to £4,000,000,000 for the 10-year duration.
£4,000,000,000
Contract value
A competitive procurement process to establish a sole supplier to enter into a framework agreement with Network Rail for the delivery a Completions Management System to provide access to a volume tracking tool and completions management solution over the next 8 years under a framework agreement with annual awards. The annual awards will be subject to funding on the authorised Network Rail programme. Please see the detailed description at Section II.2.3 of this Contract Notice for further details on the scope of this procurement.
£3,000,000
Contract value
The scope of the works to be procured is the detailed design and build of a visitor reception hub adjacent to the Forth Bridge. The works are further described below:- 1 Hub Building – principally steel or timber frame with cladding, single storey. 2 Widen existing access road from Hawes brae into new reception hub. 3 New car parking. 4 New walkways from Dalmeny Station to the attraction and on to the foot of Hawes Brae. 5 Minor refurbishment of the existing “Forts” residence into back of house offices for the new operator. 6 Elements of woodland management and landscaping works.
Value undisclosed
Network Rail operates and maintains On Track Machines across Great Britain (GB) which includes; Tampers, Ballast Regulators, Ballast Cleaners and Track Renewal System, this portfolio of assets may expand in the future. These machines have various hydraulic systems which require routine; out of course maintenance as per their maintenance instructions; and emergency replacements. The periodicity of maintenance varies between machines. Network Rail requires a supplier or suppliers who could provide national support for all vehicles. Duties will include, but will not be limited to, the following: • Manufacture of hydraulic hose assembly • Manufacture of pneumatic hose assembly - not including half coupling hose assemblies • Manufacture of pneumatic half coupling hose assembly • Supply of hydraulic hose • Supply of pneumatic hose – including half coupling hose • Testing of hydraulic hose assembly • Testing of pneumatic hose assembly – including half coupling hose • Hose inspections – on and off machine • Fitment of hydraulic hose assembly • Fitment of pneumatic hose assembly – not including half coupling hose assemblies
£1,500,000
Contract value
Network Rail is intending to put in place a number of frameworks for Control Period 7 (CP7) for the delivery of capital works in the North West & Central Region. These frameworks are divided into categories and separate Contract Notices relate to each of them. This Contract Notice relates to Framework Category 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 Notice relate to the Region and others relate to one or more routes. Additional information on the Region (including the geographical areas covered by these 3 routes) can be found at: North West & Central region - Network Rail: https://www.networkrail.co.uk/running-the-railway/our-regions/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 is looking to appoint 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 There are bidding rules and award rules for certain lots and sub-lots within this Framework Category C. Please see the Instructions to Participants (provided as part of the procurement documents) for more detail on these rules. Further information is available in the procurement documents including Network Rail’s requirements for each lot and sub-lot. A draft framework agreement is also being shared as part of the procurement documents.
£358,000,000
Contract value
Network Rail is intending to put in place a number of frameworks for Control Period 7 (CP7) for the delivery of capital works in the North West & Central Region. These frameworks are divided into categories and separate Contract Notices relate to each of them. This Contract Notice relates to Framework Category B. CP7 covers the 5 year period from 1st April 2024 to 31st March 2029. The North West & Central Region (Region and referred to as R in the lots and sub-lots) is formed of 3 routes, North West (NW), Central (C) and West Coast South (WCS). Some lots within this Contract Notice relate to the Region and others relate to one or more routes. Additional information on the Region (including the geographical areas covered by these 3 routes) can be found at: North West & Central region - Network Rail Framework Category B This category relates to the design and build of “medium projects” (projects with a value of between £100k and £7m), 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 B is: • 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 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 is looking to appoint suppliers to this Framework Category B across three discipline lots and geographical sub-lots as follows: Civil Engineering (Structures & Geotechnical) Lot B1 (R) Civil Engineering (Structures & Geotechnical) across the full Region: 1 Supplier Lot B1 (NW) Civil Engineering (Structures & Geotechnical) in North West Route area only: 1 Supplier Lot B1 (C&WCS) Civil Engineering (Structures & Geotechnical) in the combined Central Route and West Coast South Route areas: 1 Supplier Buildings Lot B2 (R) Buildings across the full region: 1 Supplier Lot B2 (NW) Buildings in North West Route area only: 2 Suppliers Lot B2 (C) Buildings in Central Route area only: 1 Supplier Lot B2 (WCS) Buildings in West Coast South Route area only: 1 Supplier Electrification & Plant Lot B3 (R) AC Switchgear across the full region: 1 Supplier Lot B3 (NW) Power & Distribution in North West Route area only: 1 Supplier Lot B3 (C&WCS) Power & Distribution in the combined Central Route and West Coast South Route areas: 1 Supplier Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power in the combined Central Route and West Coast South Route areas: 1 Supplier There are bidding rules and award rules for certain lots and sub-lots within this Framework Category B. Please see the Instructions to Participants (provided as part of the procurement documents) for more detail on these rules. Further information is available in the procurement documents including Network Rail’s requirements for each lot and sub-lot. A draft framework agreement is also being shared as part of the procurement documents.
£695,000,000
Contract value
Network Rail is intending to put in place a number of frameworks for Control Period 7 (CP7) for the delivery of capital works in the North West & Central Region. These frameworks are divided into categories and separate Contract Notices relate to each of them. This Contract Notice relates to Framework Category D. CP7 covers the 5 year period from 1st April 2024 to 31st March 2029. The North West & Central Region (Region and referred to as R in the lots and sub-lots) is formed of 3 routes, North West (NW), Central (C) and West Coast South (WCS). Some lots within this Contract Notice relate to the Region and others relate to one or more routes. Additional information on the Region (including the geographical areas covered by these 3 routes) can be found at: North West & Central region - Network Rail Framework Category D This category relates to the delivery of “minor and reactive works” (each with a value up to £100k) relating to planned, unplanned and cyclical maintenance requirements, with discipline specific lots for Civil Engineering and Buildings, across different geographical areas within the Region as described in section II.2 in more detail. The scope of works proposed to be delivered under Framework Category D is: • Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice (Note: Does not apply to all lots, see section II.2 for more detail on each lot) • Survey, investigation, and testing • Outline and detailed design (including temporary works) • Implementation • Enabling works for inspections and assessments • Demolition • Booking of possessions, isolations, and road closures • Statutory consents and permissions • If directed by Network Rail, third party access agreements These works to Network Rail’s assets may incorporate inspection, maintenance, repair, partial or whole renewal. Network Rail is looking to appoint suppliers to this Framework Category D across two discipline lots and geographical sub-lots as follows: Civil Engineering (Structures & Geotechnical) Lot D1 (O-C) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers Lot D1 (R) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers Buildings Lot D2 (NW) Buildings in North West Route area only: 3 Suppliers Lot D2 (C&WCS) Buildings in combined Central Route and West Coast South Route areas only: 3 Suppliers There are bidding rules and award rules for certain lots and sub-lots within this Framework Category D. Please see the Instructions to Participants (provided as part of procurement documents) for more detail on these rules. Further information is available in the procurement documents including Network Rail’s requirements for each lot and sub-lot. A draft framework agreement is also being shared as part of the procurement documents.
£229,000,000
Contract value
Network Rail (NR) owns, operates, and develops Britain’s railway infrastructure. That is 20,000 miles of track, 30,000 bridges, tunnels and viaducts and the thousands of signals, level crossings and stations. We manage 20 of the UK's largest stations while all the others, over 2,500, are currently managed by the country’s train operating companies. NR are undertaking a Decarbonisation/ Energy Efficiency Programme across a range of built assets in all Regions. We have already completed over 150 energy audits so far and identified significant potential to reduce carbon and energy use. Network Rail Route Services have national targets to achieve carbon and energy reductions in their operations as outlined in our Environmental Sustainability Strategy. An overview of Network Rail scope of activities may be found on our web site (https://www.networkrail.co.uk/wp-content/uploads/2020/09/NR-Environmental-Strategy-FINAL-web.pdf). To contribute to the achievement of these aims, Network Rail intend to award contracts as a result of this procurement to qualified and capable Energy Services Companies (ESCo’s and the Suppliers under the Framework resulting from this procurement) to provide proposals as part of a call off of services from Suppliers on the Framework Agreement for the provision of Energy Performance Contract (EPC) services. An EPC is a form of financing for capital improvements which allows for funding of energy upgrades from cost reductions. Under an EPC arrangement the Supplier implements a project to deliver energy efficiencies and/or a renewable energy project and uses the stream of income from the cost savings, or the renewable energy produced, to repay the costs of the project, including the costs of the investment and cost of financing. The purpose of this procurement is the competitive selection of up to three Suppliers for Framework Agreement award.
£40,000,000
Contract value
Network Rail is seeking Mobile Connectivity and Supporting services for the Network Rail Corporate estate.
£76,000,000
Contract value
Asbestos survey and consultancy service framework for Network Rail This tender event is for the supply of asbestos consultancy services for use across the 5 Regions and all Network Rail functions. The consultancy services are required for asbestos identification, air fibre monitoring and training services. This framework is not for Asbestos removals/Works
£4,000,000
Contract value
Network Rail is looking to award a framework contract for the provision of occupational health services to support the Occupational Health and Wellbeing vision for Network Rail. The technical specification includes (but is not limited to) the following key requirements: • Occupational health physician services; • OH nurse/ advisor services; • Specialist services; • Other services – including (but not limited to) Sharps line: 24/7 helpline for employees exposed to a needle stick injury and a medication enquiry line; • Drugs and Alcohol testing – pre-placement and periodic drugs and alcohol testing; • Account and contract management; and • Management Information and reporting
£6,880,000
Contract value
Network Rail is looking to procure a variety of new Y33 bogies and wheelsets for the Overhead Line Engineering Train’s (OLET) KFA vehicles. The requirement is as follows: Y33 bogies (OEM is WH Davies) Idle Bogies x12 Idle Wheelsets x24
£800,000
Contract value
Network Rail’s Lift and Escalator portfolio requires consultancy services to ascertain the type and design of products to be installed and/or renewed across its estate, as well as ensuring that existing assets are fit for purpose and audited regularly for maintenance purposes. This procurement will cover Network Rail’s consultancy requirements across Supply Chain Operations and individual routes and regions.
£3,000,000
Contract value
Network Rail’s Lift and Escalator portfolio requires consultancy services to ascertain the type and design of products to be installed and/or renewed across its estate, as well as ensuring that existing assets are fit for purpose and audited regularly for maintenance purposes. This procurement will cover Network Rail’s consultancy requirements across Supply Chain Operations and individual routes and regions.
£3,000,000
Contract value
Network Rail seeks to award a contract to a single supplier for the provision of physiotherapy services. The scope of services includes (but is not limited to) the following: • Referrals • Telephone Initial Assessments (TIA) • Face to face physiotherapy • Remote management • Guided self-help • Management Reporting • Functional Restoration Programme (FRP) • Online Digital Resources • Onsite clinic service delivery • Miscellaneous other services
£2,360,000
Contract value
The onset of hot weather brings with it the risk of track buckling if high rail temperatures are combined with deficiencies within the track system (i.e., incorrect rail stress, disturbed / deficient ballast, lateral alignment faults, incorrect rail joint gaps, etc.). Ideally, all such deficiencies should be eliminated before the hot weather season starts. As air temperatures increase during periods of hot weather, rail temperatures also increase. Metals expand and contract as the temperature changes. If a length of steel rail is rigidly clamped at both ends and then heated, the metal expands and is put under compression until the force becomes too great and exceeds the track systems lateral resistance forces. A PIN was run in early 2021 to determine the levels of pre-market engagement of this challenge statement which received a strong response. Network Rail would like to invite prospective suppliers to complete Phase 1 and 2 of the Track Buckle Risk and Detection Tender we are putting out which will ask a range of Qualification, Technical and Commercial questions. The documents required to determine your decision to participate are attached in the Opportunity listing - . https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=53140 To access the instruction and guidance on how to be a part of the tender please follow the below steps to access the ITT for Track Buckle Risk and Detection: 1. Follow the link - https://networkrail.bravosolution.co.uk/web/login.html 2. From the welcome screen, access ITT_14637 and ITT_14638 Please note: The deadline for this tender is 19/12/2022 17:00pm and you must complete both Phase 1 and 2 ITT’s to be considered for this contract.
Value undisclosed
Provision of Infrastructure Engineering Training Courses
Value undisclosed
Securing an Organisational Licence for great crested newts: Network Rail North West & Central Region
£100,000
Contract value
Network Rail Southern Region intends to establish a single Minor Works Buildings and Civils Framework (MWF-B&C) that aligns with Network Rail’s requirements of prompt and efficient delivery of the CP7 and CP8 work banks, as well as rationalising several route-based frameworks into one Regional Framework, thus providing regional consistency on how this work is managed. Once established, it is intended that the MWF-B&C will maximise productivity and efficiency through the use of modern methods of working, technology, collaboration, and relationship focused contracting. The proposed commercial model has been designed to support this intent. Whilst the primary focus of the MWF-B&C will be unplanned, planned and cyclical maintenance works, there will also be the option where deemed appropriate for the delivery of non-complex, low value renewal projects. The contracting strategy is to appoint 16 Delivery Partners under nine Lots that are aligned to disciplines and sub discipline work types. There will be two Generalist Lots, one covering Buildings (Lot 1) and one covering Civils (Lot 5), primarily aimed at delivering the unplanned (reactive) works, but with scope included to also deliver planned maintenance and project works. There will also be three specialist Buildings Lots (Lots 2 to 4) and four specialist Civils Lots (Lots 6 to 9) aimed at delivering the cyclical, planned maintenance and project works. The number of Delivery Partners to be appointed to each Lot is detailed in the Instructions to Participants, which can be found in the procurement documents.
£1,730,000,000
Contract value
Showing 1–20 of 108 contracts