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.
The requirement is for the Provision of Maintenance of the Infrastructure at RIDC Melton in accordance with the Non-Mainline Safety Management System (SMS), National Legislation, Railway Group Standards, British and Network Rail standards, HASAWA and other RSSB supporting documents. The contract is for an initial period until the lease expiry on 2 February 2027, plus an option to extend to 31 March 2029; and then finally to 31 March 2031
Network Rail requires the supply of the various types of geosynthetic products below:
- Separator
- Robust Separator
- Biaxial/Triaxial Grids
- Anti-Pumping Geocomposite
- Geocells
- COMBI - GeoGrid Separator
Used for the purposes of reinforcing and protecting the track bed during track constructions and renewals.
Network Rail has developed an outline product specification which sets out the desired requirements of such a system.
The purpose of this procurement is the competitive selection of two (2) Suppliers for Framework Agreement award.
Network Rail (NR) requires 4 framework suppliers (Consultants) to undertake and complete the statutory compliance and general planned preventative maintenance (PPM) inspections/audits of Network Rail’s commercial properties, including freight sites; the retained commercial estate and other properties, including the capacity for inspecting retail units within managed stations that are owned/managed by NR across all regional and central departments.
It is envisaged that additional requirements such as arch co estate and development sites will be added to the list of properties during the framework agreement period.
Inspectors must have a minimum of HNC/NVQ level 4 in a construction related subject and a minimum of 2 years building condition inspection experience. Building inspectors must have a broad knowledge of building & land statutory compliance, legislation, and maintenance as well as sufficient experience in undertaking such matters.
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.
NR is seeking to establish 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 is looking to create long-term, national collaborative relationships with suppliers, whilst lowering barriers and investment required for suppliers to enter the market and providing a more certain visibility of pipeline and commitment. 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 to encourage new suppliers to market.
Network Rail intends to award a contract to a single supplier for the provision of drug and alcohol testing - random and for cause. The technical specification includes (but is not limited to) the following requirements:
• Testing to be conducted on Network Rail work locations throughout the Scotland, England and Wales and will accommodate shift working inclusive of night working and weekends;
• ‘For cause’ and post incident testing required to be within 2hrs of notification from Network Rail. This service shall be available 24/7/365;
• Primary method of Drug testing will be Point of Contact testing (POCT) for urine, with laboratory confirmation required for non-negative samples within 3 days. Alcohol testing is carried out using breath analysis. Network Rail may consider alternative methods of testing during term of contract should there be a sound business and evidence-based reason to make any changes;
• Provision of Medical Review Officer (MRO) for medical review and confirmation of positive results;
• Provision of POCT Testing Kits;
• Account and Contract Management; and
• Management Information and Reporting
Network Rail Southern Region have a requirement to engage an external security testing company to enter an initial 5-year framework contract to deliver security assurance testing across various Network Rail Locations within the Southern Region.
Network Rail Infrastructure Ltd (NR) intends to select suppliers to the Eastern Routes Partnership (ERP) framework. The ERP is envisaged as the main route to market for the Eastern Region to deliver 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/).
To aid the supply chain in responding to the tender when it is released, NR is planning a series of ‘hot start’ briefings to help bid teams digest the commercial approach and delivery requirements of the ERP.
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 (as set out in the ERP).
The ERP is part of an ecosystem across the Eastern Region which may include arrangements for small schemes/reactive works and alternative options for standalone multi-disciplinary enhancements and/or major projects/programmes.
The ERP comprises two levels: Generalist and Specialist. The process for allocating projects is set out at Section VI.3.
NR is looking for contractors able to work with NR to establish the required collaborative behaviours under the ERP whilst acknowledging the challenging commercial environment. To this end as part of the ITT bidders will be required to undertake a behavioural assessment.
NR actively encourages SMEs, new entrants and/or discipline experts to participate in the process for the Specialist level. For the Generalist level, NR is looking to engage suppliers able to take on projects with increased complexity/stakeholder management and have 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: create a collaborative environment; hold NR and all Partner-contractors to account;; and 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.
Where there is, in relation to a project issued under the ERP, a reliance on works/services/supplies which can be provided by particular economic entities due to proprietary rights regarding equipment, software, hardware and/or data forming part of the signalling system (now or in the future) within the "GB network" which is or are subject to restrictions from a proprietary rights / intellectual property rights perspective, NR intends to procure these separately to ensure the scope of the ERP (in particular Lot 2) is open to maximum competition.
There will be an opportunity to comment on the contractual documentation. NR will determine which, if any, changes should result in revisions to the ERP based on the objective merit of the proposed changes. Further detail is set out in the Instructions to Participants. The contractual documentation will not be subject to negotiation.
The negotiations will relate to the price element only. Participants will have an opportunity to update their tenders following negotiations.
Initial Tenders will be evaluated but feedback will not be shared with participants. Only feedback on Final Tenders will be shared.
Network Rail (NR) is seeking a provider to deliver behavioural safety training to tier one suppliers and NR employees in order to deliver against Network Rails commitment to reducing the risk to health and safety on the railway. Behavioural safety training is an effective cultural training tool with proven benefits to achieve against this commitment. A core requirement is that NR retains or shares Intellectual Property Rights (IPR) of the end-product with the appointed provider.
This service is for the planning and management of the annual weedspray season, which requires a qualified supplier to plan and manage the use of Network Rail's vehicles used for weedspray activities on the infrastructure (i.e., multi-purpose vehicles), and of the hand spray teams to spray the immediate track with herbicides to counteract any weed growth according to defined growing seasons.
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 have been subject to multiple procurement exercises in two separate phases. This Contract Notice relates to Phase 2 which comprises of 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.
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/
This procurement event relates to the frameworks as further described in section II.2.4 below, which comprise “Framework Category A – Large Projects”. The procurement event for Phase 1 (Framework Categories B,C & D) is being conducted separately, and for the avoidance of doubt, is not within scope of this current procurement.
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, as described in more detail in section II.2.
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.
There are bidding rules and award rules for the Lots within this Framework Category A, which includes restrictions on entities bidding in more than one capacity within a Lot and across both Lots. 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. A draft framework agreement is also being shared as part of the procurement documents.
Scotland's Railway is running a procurement event that will engage one (1) contractor in the delivery of the Signalling Power & Communications works, across Scotland. The procurement shall be awarded under a nil value NR30 Framework Commission Agreement.
The initial estimate of the value of works currently intended to be awarded under the Framework is approximately £150m over the effective period of the Framework.
Scotland's Railway is running a procurement event that will engage four (4) contractors in the delivery of Structures Renewals, Buildings, Enhancement, Geotechnical and Drainage works, across Scotland. The procurement shall be awarded under a nil value NR30 Framework Commission Agreement and be separated into three lots.
The initial estimate of the value of works currently intended to be awarded under the Framework is approximately £900m over the effective period of the Framework. The Framework will be tendered as three lots with indicative values for the works to be included in each initial workbank of £100m (Lot A), £480m (Lot B) and £320m (Lot C).
Scotland's Railway has provided for a total Framework value of £1.3 billion, taking into account emerging work, additional design and unplanned or emergency works which are yet to be identified but which may become necessary during the effective period.
The Supply of Steel Rail and ancillary services to Network Rail (NR) for a period of up to 8 years. The scope for supply of steel rail within this notice includes the potential to include all of Network Rail and its subsidiaries, including but not limited to Network Rail Infrastructure Ltd and Network Rail High Speed and also to those organisations covered by our external business framework including Transport for Wales and as an occasional joint procurement with HS2 Ltd.
To onboard contractors quickly to take over, develop and hand back system models with the software currently used by NR: Vision-OSLO and ELSSA. There is a requirement to speed up data exchange between NRDD and contractors via building and maintaining models utilising a common set of software packages.
Network Rail has a requirement to procure Anti-Ice material to be applied to the conductor rail on Network Rail’s electrified 3rd Rail network, using its fleet of specialist rail vehicles (MPVs and SITTs).
Network Rail (NR) is seeking fire management services for Clapham Junction and other assets. The service will consist of fire prevention, firefighting, periodic reporting, incident reporting, lift entrapment support, first aid, evacuation assistance, assistance where a life safety system failure occurs. This will ensure incidents can be responded to immediately and that Network Rail’s passengers and colleagues are kept safe.
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.
This is to procure a Technical System Integration Delivery Partner (TSIDP) Framework for the Transpennine Route Upgrade, which is the provision of technical system integration services. This will be a nil value framework for 8 years and will be utilised solely for the TRU programme. It will be a single supplier on the framework.
Network Rail has identified a requirement for the provision of Risk & Assurance services and resources from a third-party supplier.
The Framework Agreement will contain two lots:
Lot 1- Internal Audit and Advisory Services (Including for Infrastructure Projects/Capital Delivery)
Lot 2- Technology Audit Support