Programme and Project management roles to work in North West & Central Region to work across Capital Delivery and beyond to deliver Enhancements and Renewals priorities for Signalling schemes, new station builds and multi discipline enhancements and renewals projects. Driving project delivery in a safe environment, on time and to budget for development and construction phases.
The service provider will be supporting the Project or Programme Manager to deliver key outputs of programmes in order to meet client requirements to time, cost, quality, and performance, achieving the Regions safety goals and objectives.
Network Rail (NR) went out to tender to look to procure a partner to manage maintain and sell its roadside advertising assets. This supports the aims of NR to deliver vital revenue to be reinvested into the operational railway.
This concession will generate sustainable income from the estate for investment in the rail infrastructure.
The supplier will be responsible for the full end-to-end service from sales and
strategy to the operation and maintenance of all roadside advertising assets on behalf of Network Rail.
The service will commence on 01/01/2025.
Network Rail awarded a framework to provide independent commercial & procurement (C&P) assurance services to support the commercial & procurement assurance teams across Network Rail.
Network Rail Infrastructure Ltd (NR) sought four suppliers to appoint to the Development and Design Partnership Framework (DDPF) to provide services and works (enabling works and intrusive surveys) for Northern Powerhouse Rail (NPR), the Integrated Rail Plan (IRP), Network North (NN) and the Eastern Region.
The geographic scope of the DDPF is the area covered by the Eastern Region (https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/), as well as the routes encompassed by IRP, NN, NPR in North-West & Central.
The scope of the framework covers the provision of professional development, design, technical, and all the services to deliver Engineering Stage (ES) 1 to 5 for the DDPF. Any programme allocated to framework suppliers will be instructed to proceed through the following ES only: ES1 (Requirements defined and baselined), ES2 (Constraints identified and project feasibility confirmed), ES3 (Minimum Viable Product single option identified and endorsed), ES4 (Approval in Principle), and ES5 (Construction ready design approved and requirements validated).
The initial term of the DDPF is 5 years with an option to extend the framework by yearly increments up to a further 3 years.
The value of the framework is an estimate only, and as such, the framework value and associated workbank is not guaranteed. The workbank allocated through the framework will be subject to our client's, the Department for Transport, instruction and funding.
The DDPF's commercial model contains an incentivisation mechanism based on a weighted scorecard driven by key performance indicators. This mechanism is driven by the DDPF's Critical Success Factors, which were described in the procurement documents. The mechanism will provide a series of commercial opportunities to high-performing suppliers including advancement into further Engineering Stages for incumbent suppliers and the allocation of new programmes based on a competitive performance leaderboard.
Network Rail (NR) and Office of Rail and Road (ORR) undertook an Occasional joint procurement to create the CP7 Independent Reporter Services framework, which sets out the criteria for a supplier to be qualified to bid to undertake an Independent Reporter review as an Independent Reporter.
Each Independent Reporter review is allocated to the most appropriate Lot (as determined by ORR) and only those Independent Reporters qualified to bid for contracts under that Lot will be eligible to undertake the review.
Each Lot contains a minimum of one and a maximum of three Independent Reporters who are qualified to bid for contracts within the relevant Lot. The Lots available are:
1. Analytical Support
2. Programme, Project, and Cost Management
3. Asset management and Engineering & Environmental Matters
4. Railway Operations and Performance Management
5. Efficiency and Financial Reporting
Network Rail (NR) operates, maintains and develops Britain's rail tracks, signalling, bridges, tunnels, level crossings and many key stations. As a result, NR is one of the largest purchasers of energy in the United Kingdom (UK) with a total consumption of c.4.5TWh per annum. Her Majesty's Government (HMG) has made legal commitments to reduce greenhouse gas emissions to net zero by 2050. Network Rail as a government owned enterprise is committed to support the achievement of this objective. NR aims to decarbonise its non-traction energy consumption by directly purchasing renewable energy from specific renewable energy projects thus supporting the development of additional renewable energy generation. Network Rail is seeking to secure a corporate Power Purchase Agreement (cPPA) with a renewable energy generator for 45 GWh - 90GWh per annum of renewable energy (Project CoPPA).
The works to be provided are primarily on the Wessex route with possible work on the Kent and Sussex routes if required. A collaborative arrangement with Network Rail who will take the role of the Principal Contractor and who will provide ‘free issue’ any materials and specialist plant required to perform the services. An efficient and accurate process in place to call off skilled labour and possession/worksite support in line with Y2 programmes onwards.
During the last control period, the Wessex Works Delivery Conductor Rail team delivered a total of 57.6km of renewals. Network Rail are seeking a supplier to provide specialist labour to assist with the delivery of the remaining CP7 volume.
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.
Supply of Building & Civils Renewals and minor enhancements portfolios for Control Period 7 (CP7).
• Nil-value commitment but permits Network Rail a total spend of TBC pounds sterling
over the duration of the framework in any permutation across all or any lots.
• Duration of 5 years with extension options 3 x 1 = 8 years total.
• Lot 1 – Western Structures (1 Supplier)
• Lot 2 – Wales Structures (1 Supplier)
• Lot 3 – Western Geotechnical Off-Track & Drainage (1 Supplier)
• Lot 4 – Wales Geotechnical Off-Track & Drainage (1 Supplier)
• Lot 5 – Stations & Buildings (1 Supplier)
The frameworks will cover the majority of the Buildings and Civils portfolios such as Structures, Geotechnical Off-track & Drainage and Stations & Buildings. The frameworks will run for 5 years with 3 optional one-year extensions.
Portfolio Management, Environment and Sustainability and Health & Safety roles to work in North West & Central Region to work across Capital Delivery and beyond to deliver Enhancements and Renewals priorities for Signalling schemes, new station builds and multi discipline enhancements and renewals projects. Driving project delivery in a safe environment, on time and to budget for development and construction phases.
The service provider will be supporting Network Rail to deliver key outputs of programmes in order to meet client requirements to time, cost, quality, and performance, achieving the Regions safety goals and objectives.
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
This framework is required to provide for inspection of all earthworks on the Network Rail Infrastructure across the North West & Central (NW&C) Region to ensure the risk to the operational railway is maintained at an acceptable level.
Network Rail performs vegetation management as a part of its daily operations to keep trains running safely. Performing this vegetation or lineside management in the most sustainable way is key, and a supplier is needed to help provide guidance to do this. Also, when local stakeholders do not approve, mediation is required to help essential works proceed. The supplier will also provide this mediation service in addition to the guidance mentioned above.
This award is for the supply of a comprehensive structures remote and non-remote monitoring service to the NW&C region.
The services are technically complex and requires the management of NR's infrastructure to maintain and support the continuous operation of a safe railway.
The Framework to be awarded is for the provision of Intrusive and Non-Intrusive Surveys for Network Rail's Engineering Services Design Delivery function. The framework includes surveys such as such as topographic, engineering, land and measured building surveys on the Network Rail infrastructure.
This framework is required to provide for the hire, purchase, repairs & maintenance of pumping equipment across the North West & Central (NW&C) Region (including for the Trans Pennine Rail Upgrade(TRU) in the Region.
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 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 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 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 has appointed 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