Contract award notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
UK
Contact person: Claire Smales via nprprocurementteam@networkrail.co.uk
Telephone: +44 7515627735
E-mail: nprprocurementteam@networkrail.co.uk
NUTS: UK
Internet address(es)
Main address: www.networkrail.com
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Development & Design Partnership Framework (NPR/IRP including Eastern Region)
II.1.2) Main CPV code
71322000
II.1.3) Type of contract
Services
II.1.4) Short description
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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Lowest offer:
/ Highest offer:
II.2) Description
II.2.2) Additional CPV code(s)
45213300
45220000
63711000
71000000
71300000
71320000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Eastern Region and routes covered by Northern Powerhouse Rail, Integrated Rail Plan, and Network North
II.2.4) Description of the procurement
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. The scope of development and design services for each commission called-off from the framework will be multi-disciplinary and may comprise: Buildings & Architecture, Civils & Structural, Consents & Environment, Constructability, Cost Planning, Electrification and Plant, Geotechnical, Signalling/Train Control, Surveys (including ground investigations), Systems Engineering, Telecoms, and Track. The framework suppliers will only be allocated schemes that require advancing through Engineering Stages 1 to 5 as referenced earlier in this notice.
II.2.11) Information about options
Options:
Yes
Description of options:
The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 3 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The framework value is for guidance only and is based on the projected spend for the potential maximum 8-year framework duration.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-017426
Section V: Award of contract
Lot No: N/A
Title: Development and Design Partnership Framework (NPR/IRP including Eastern Region Projects)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/03/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Amey OWR Limited
Chancery Exchange, 10 Furnival Street
London
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
An unincorporated joint venture between AtkinsRéalis UK Limited and Arcadis Consulting (UK) Limited
Epsom and London
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
An unincorporated joint venture between Mott MacDonald Limited and WSP UK Limited
London
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
An unincorporated joint venture between SYSTRA Limited and Ove Arup & Partners Limited
London
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales Royal Courts of Justice
Strand
London
WC1A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales Royal Courts of Justice
Strand
London
WC1A 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
26/03/2025