Network Rail’s internal legal team provides strategic and direct support to Scotland’s Railway. This is supplemented where appropriate by external legal support from law firms who work with the internal legal team to provide depth and specialist technical advice.
Network Rail is seeking to procure two framework suppliers to provide full service external legal support for Scotland’s Railway from 1 April 2024 – 31 March 2026. The two successful suppliers will be engaged via an NR1 MT Framework contract.
The legal support provided through this framework will help us facilitate the successful delivery of all aspects of Scotland’s Railway, with a particular focus on managing risk and achieving the best possible financial outcomes.
The indicative value of the agreement is £750k per year per supplier with a maximum envisaged spend through the framework of £4m.
Candidates will be required to complete and submit mandatory PQQ questions alongside their ITT.
The procurement aims to establish a partnership between Network Rail (NR) and a renewable energy developer for the deployment of solar photovoltaic (PV) arrays across various sites in Scotland. With the main objectives of cost-saving, enhancing operational efficiency, and improving service delivery, this partnership will contribute to NR's sustainability goals and reduce its carbon footprint.
The project focuses on installing solar PV arrays at stations, depots, offices, car parks (with an emphasis on solar carports), and other viable sites within Scotland, the customer for the outcome of this procurement. By strategically selecting locations, NR aims to maximise the benefits of solar energy generation. However, ground-mounted solar PV arrays are excluded due to potential land-use conflicts and environmental concerns.
The procurement will select a renewable energy developer who will be granted an exclusive development agreement for five years, with a potential two-year extension at Network Rail’s discretion and subject to satisfactory performance. The developer will be responsible for conducting site surveys, funding, constructing, maintaining, owning, and operating the solar PV arrays. They will also decommission the arrays at the end of the lease and PPA and restore the site afterward.
This Procurement Event will seek to establish a Contract/s for Lifts and Escalator Maintenance and a Contract for Inspections and will establish 2 x Frameworks for the renewal and replacement of Lifts and Escalators. All Contracts and Frameworks cover stations throughout England, Scotland and Wales.
Details on the scope of each Lot are shown within this notice and further explained in the Procurement Documents.
Please note that this procurement event contains lot options (lots 1,1a, 2, 6 & 6a) and therefore NR will not make an award for all lots, please refer to the Procurement Documents for more information.
Network Rail (NR) intends to select suppliers to the Midland Main Line Electrification (MMLE) Partnership Framework for an initial term of 5 years with the option to extend yearly increments up to a further 5 years.
The MMLE programme will extend electric operation on the MML through to Nottingham and Sheffield. To help realise early electrification benefits Route Section (between Market Harborough to Wigston South) has been delivered separately from the remaining route sections as a continuation of the existing programme. The scope of this procurement is for the next stage of the electrification between Wigston and Nottingham out to Sheffield. The values for each Lot are estimates only. As such, they are not guaranteed and do not act as a minimum or maximum work value for the programme nor a guarantee as to volume.
One key MMLE objective is ‘delivery on spend per single track kilometre (£/STK) target’. The recently commissioned London to Corby electrification was delivered at a rate of £3.7m per STK with the application of SPEED principles. The next stage of electrification is targeted to deliver £2.5m per STK. This programme focuses on challenging and driving down the STK rate. Details of all the MMLE objectives can be found in the Strategic Brief.
The Framework shall be split into the 4 work disciplines across the following delivery lots: Lot 1 – Power & Distribution; Lot 2 – Structures & Civils; Lot 3 – OLE & Integration; Lot 4 – Signalling & Telecoms. The values for each Lot are estimates only. As such, they are not guaranteed and do not act as a minimum or maximum work value for the programme nor a guarantee as to volume. There will be 1 Partner plus 2 pre-qualified reserve suppliers appointed to Lots 1, 2, 3 & 4 on the framework. Reserve suppliers have been included to achieve appropriate resilience in delivery and to ensure business contingency. Tenderers may bid for any number of lots, and be awarded on a maximum of 2 different lots.
The Partnership Framework includes a performance-based incentive mechanism to drive the STK rate and achieve the other MMLE objectives, including health and safety, decarbonisation and social value. Partners will be incentivised both individually and collectively.
There will be an opportunity to comment on the contractual documentation. NR will determine which, if any, changes should result in revisions to the Framework 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.
Please note, that the value ranges of each Lot in the Instructions to Participants are indicative only. Similarly, whilst the Contract Notice states a Framework value cap of £1.2bn, NR currently has internal governance approval for a Framework value of £950 million (associated with the main elements of the MMLE works as currently envisaged). The higher value included in the Contract Notice is not an absolute cap but is indicative of the potential level to which the original budget could increase if additional works and services to that which is currently envisaged, are required. All values are estimates only, and the final values will depend on the precise works and services required to be delivered, the means of delivery, the way in which projects and project risks materialise, the actual rates of inflation up to completion of the programme, and other factors.
Network Rail intends to procure a framework for Reactive and Small Scheme works covering its building and civil assets within the Eastern Region. The types of works to be procured under the framework will be reactive works and small schemes that are of low complexity. Such works predominately impact the operation of the railway and will cover the following categories of works:
Reactive call outs (Emergency & Urgent)
Planned Preventative Maintenance works (PPM)
Small schemes
The Reactive and Small Schemes framework is envisaged to be the Eastern Region’s route to market to deliver such projects and requirements under NR’s Strategic Business Plan during CP7.
The framework will be lotted as outlined below covering the geographical scope of the Eastern Region (https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/):
Lot 1 - Civil Assets (Covering North & East, East Coast and East Midlands Routes)
Lot 2 – Civil Assets (Covering Anglia Route)
Lot 3 – Building Assets (Covering North & East, East Coast and East Midlands Routes)
Lot 4 – Building Assets (Covering Anglia Route)
To ensure supply chain resilience NR will retain the flexibility to allow Suppliers to work across Lots but only restricted to their specific discipline. This will only apply in instances where it has been deemed by NR that Suppliers within the relevant Lot under the same discipline cannot fulfil Network Rail’s requirement(s).
The initial term of the framework is 5 years with the option to extend for a further two periods of one year each.
The indicative values provided for each of the Lots are estimates only, these are based on CP7 Strategic Business Plan 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 or a volume guarantee.
The maximum value of the framework exceeds the combined value of the lots, this is so as the value is inclusive of the estimated values of optional extensions for the framework.
Examples of work types to be covered and delivered under the scope of the framework include (but are not limited to):
o Geotechnical - small scheme emerging works (from reactive), Maintain KVLs
o Maintenance of foot bridges, under bridges, overbridges, tunnels, culverts, structural integrity
o Rock cuttings, soil cuttings, earthworks first response etc
o Buildings – small scheme emerging works (from reactive)
o Structures – small scheme emerging works (from reactive), Structural integrity
Negotiations to be conducted as part of the tender process will relate to the price element only. Participants will have an opportunity to update the pricing elements of 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 following completion of evaluation of the tenders.
The Framework shall support the efficient, consistent development, delivery, entry into service and handback of electrification elements key to the delivery of the decarbonisation programme in Scotland.
Scotland's Railway is running a procurement event that will engage four (4) contractors in the delivery of Overhead line electrification (Based on UK Master series), Traction Power, Power and Distribution, Ancillaries & Associated Design work, 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 £300m over the effective period of the Framework.
Scotland's Railway has provided for a total Framework value of £450 million, 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.
Network Rail (NR) is looking to procure a supplier(s) to manage maintain and sell
advertising on NR owned digital and/or static panels on our roadside estate. These are located nationwide across England, Scotland and Wales. This supports the aims of NR to deliver vital revenue to be reinvested into the operational railway. This opportunity will generate sustainable income from the estate for investment in the rail infrastructure.
Network Rail is looking for a Supplier(s) who will be responsible for the full end-to-end service from sales and strategy to the operation and maintenance of all our roadside digital and/or static panels.
This is to commence a competitive tender process to procure a W2BC Lead Design Organisation Framework over the next 8 years, under an NR27 NEC4 PROFESSIONAL SERVICE SHORT FRAMEWORK CONTRACT (PSSC Framework). 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 Infrastructure Ltd (“NR”) intends to tender for our Control Period 7 (CP7) Framework for the Telecoms Renewals Work Bank for the Wales & Western Region, consisting of
• Capital Delivery
o Operational Coms (Ops Coms) and
o Station Information and Security Systems Framework (SISS) and as an Option
• NR minor stations (operated by Great Western Railway) o SISS
Network Rail Infrastructure Ltd (“NR”) intends to tender for our Control Period 7 (CP7) Framework for the Telecoms Renewals Work Bank for the Wales & Western Region, consisting of
• Capital Delivery
o Operational Coms (Ops Coms) and
o Station Information and Security Systems Framework (SISS) and as an Option
• NR minor stations (operated by Great Western Railway) o SISS.
Supply of reactive & emergency works as well as the ability to undertake project works for buildings assets and civils assets across the Wales & Western region.
The framework will run for five years with the ability to extend a further three years in one year increments.
Network Rail and Southeastern Trains wish to grant a Concession Agreement with a suitable partner to manage, promote and sell its Exhibitions, Events, Promotions and Sampling space at Managed Stations.
This will be a joint procurement that is lead by Network Rail. Only one Concessionaire will be awarded two contracts.
Network Rail is responsible for maintaining, developing and operating Great Britain's railway infrastructure. The Midlands Rail Hub (MRH) is a programme of works covering a series of multidisciplinary infrastructure interventions to be undertaken across the West, Central and East Midlands of the UK. MRH will deliver a number of additional services between central Birmingham and key regional cities and transport hubs.
The MRH programme will be delivered through an Alliance delivery model with Alliance members consisting of:
- Network Rail (having two roles – one as a member of the Alliance and the other as Client);
- Multi-Disciplinary Partner(s) (covering all disciplines except signalling, power and communication roles set out in the Alliance scope document) to be appointed pursuant to the opportunity in this Contract Notice; and
- A Signalling Partner (covering the signalling, power and communication roles set out in the Alliance scope document) to be appointed via a separate sourcing event.
Operation and maintenance of Network Rail's seasonal fleet which includes seasonal treatment Multi-Purpose Vehicles (MPVs), Rail Head Treatment Trains (RHTTs), Snow & Ice Treatment Trains (SITTs), and Snow Clearance Services.
This Procurement Event covers the provision of a national framework agreement to deliver Tamper and Regulator services to support track renewal and maintenance projects
The Scotland's Railway Building’s Reactive and Minor Works Framework between Network Rail and One Contractor, will deliver reactive and minor project works across Scotland. The successful Contractor will be required to respond to call outs within the below timescales:
Emergency Response – Attend with 2 hrs of instruction
Urgent Response - Attend with 24 hrs of instruction
Route Maintenance - Attend with 7 Days of instruction
Programmed – As stated in Contract Order
Fulfilment of this Framework will require a flexible work force and 24/7 365 days a year access to plant hire and materials supplies.
The framework shall have no committed spend however it is estimated that there will be £40million approx of works award via this contract over the 4 years.
Scotland's Railway has provided for a total Framework value of £70 million as this is a reactive contract that will facilitate unforeseen and emergency works that may become necessary during the effective period. This will also cover the optional year.
Scotland's Railway Civils Reactive and Minor Works Framework between Network Rail and One Contractor, will deliver reactive, maintenance and minor project works across Scotland. The successful Contractor will be required to respond to call outs within the below timescales:
Emergency Response – Attend with 2 hrs of instruction
Urgent Response - Attend with 24 hrs of instruction
Route Maintenance - Attend with 7 Days of instruction
Programmed – As stated in Contract Order
Fulfilment of this Framework will require a flexible work force and 24/7 365 days a year access to plant hire and materials supplies.
The framework shall have no committed spend however it is estimated that there will be £150 million approx of works award via this contract over the duration