Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

W&W Reactive & Minor Works (RMW) Framework

  • First published: 07 April 2025
  • Last modified: 07 April 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-041715
Published by:
Network Rail Infrastructure Ltd
Authority ID:
AA73642
Publication date:
07 April 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Following conclusion of procurement process, this award notice covers the 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 nil value commitment framework will run for five years with the ability to extend a further three years in one year increments.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Network Rail Infrastructure Ltd

2904587

Waterloo General Offices

London

SE1 8SW

UK

Contact person: Sarabjit Lota

Telephone: +44 1908781000

E-mail: Sarabjit.Lota@networkrail.co.uk

NUTS: UK

Internet address(es)

Main address: https://www.networkrail.co.uk/

Address of the buyer profile: https://networkrail.bravosolution.co.uk/web/login.html

I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

W&W Reactive & Minor Works (RMW) Framework

Reference number: Bravo 35457

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Following conclusion of procurement process, this award notice covers the 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 nil value commitment framework will run for five years with the ability to extend a further three years in one year increments.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 750 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Western RMW Civils

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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.

Network Rail owns and manages the rail infrastructure and its supporting assets, including bridges, tunnels, culverts, earthworks and the like. Network Rail maintains, repairs and renews these assets, and all associated works.

Inspection, maintenance, repair, partial or whole renewal to parts of:

Bridges, Viaducts, Footbridges, Canopies, Platforms, Fencing.

Tunnels, Drainage including Culverts.

Earthworks (embankments, cuttings and associated drainage works).

Boundary and retaining walls.

Gantries and other supporting structures.

Structures associated with rivers and coastal defences.

Associated enabling or minor works which may include track works.

Signalling and telecommunications, electrification and plant.

Non railway / high street environments.

II.2.5) Award criteria

Quality criterion: Reactive Response / Weighting: 15

Quality criterion: Reactive Scenario / Weighting: 10

Quality criterion: Minor Works / Weighting: 7.5

Quality criterion: Cover & Operations / Weighting: 7.5

Quality criterion: HSEA / Weighting: 10

Quality criterion: Sustainability / Weighting: 5

Quality criterion: Collaboration / Weighting: 5

Quality criterion: Security & Mobilisation / Weighting: 0

Quality criterion: Modern Slavery / Weighting: 0

Cost criterion: Prelims Option 1 / Weighting: 7

Cost criterion: Prelims Options 2 / Weighting: 4

Cost criterion: Overhead & Profit / Weighting: 7

Cost criterion: Dayworks / Weighting: 8

Cost criterion: Adjustment SoR / Weighting: 10

Cost criterion: Adjustment Project / Weighting: 4

II.2.11) Information about options

Options: Yes

Description of options:

Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.

As expressed on the procurement documents, the framework permits use by our regional train & freight operating companies.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Wales RMW Civils

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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.

Network Rail owns and manages the rail infrastructure and its supporting assets, including bridges, tunnels, culverts, earthworks and the like. Network Rail maintains, repairs and renews these assets, and all associated works.

Inspection, maintenance, repair, partial or whole renewal to parts of:

Bridges, Viaducts, Footbridges, Canopies, Platforms, Fencing.

Tunnels, Drainage including Culverts.

Earthworks (embankments, cuttings and associated drainage works).

Boundary and retaining walls.

Gantries and other supporting structures.

Structures associated with rivers and coastal defences.

Associated enabling or minor works which may include track works,

Signalling and telecommunications, electrification and plant.

Non railway / high street environments.

II.2.5) Award criteria

Quality criterion: Reactive Response / Weighting: 15

Quality criterion: Reactive Scenario / Weighting: 10

Quality criterion: Minor Works / Weighting: 7.5

Quality criterion: Cover & Operations / Weighting: 7.5

Quality criterion: HSEA / Weighting: 10

Quality criterion: Sustainability / Weighting: 5

Quality criterion: Collaboration / Weighting: 5

Quality criterion: Security & Mobilisation / Weighting: 0

Quality criterion: Modern Slavery / Weighting: 0

Cost criterion: Prelims Option 1 / Weighting: 7

Cost criterion: Prelims Options 2 / Weighting: 4

Cost criterion: Overhead & Profit / Weighting: 7

Cost criterion: Dayworks / Weighting: 8

Cost criterion: Adjustment SoR / Weighting: 10

Cost criterion: Adjustment Project / Weighting: 4

II.2.11) Information about options

Options: Yes

Description of options:

Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.

As expressed on the procurement documents, the framework permits use by our regional train & freight operating companies.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Western RMW Buildings

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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.

Network Rail owns (and operates) stations, lineside buildings and other operational property from which it manages its rail infrastructure and provides services and facilities to train operating companies, retail tenants and direct to rail customers.

Network Rail maintains, repairs and renews these properties, their plant and building services.

Inspection, maintenance, repair, partial or whole renewal to parts of:

Station canopies, footbridges and non-station footbridges, platforms, buildings. Boundary and retaining walls.

Train sheds, Maintenance Delivery Units, Lineside buildings.

Works to Light Maintenance Depots.

Works to carparks, footpaths and hard standings, other associated Network Rail or TOC leased property. Associated mechanical and electrical installations to all the above.

Associated enabling or minor works which may include track works,

Signalling and telecommunications, electrification and plant.

Non railway / high street environments.

II.2.5) Award criteria

Quality criterion: Reactive Response / Weighting: 10

Quality criterion: Reactive Scenario / Weighting: 7

Quality criterion: Minor Works / Weighting: 5

Quality criterion: Cover & Operations / Weighting: 7

Quality criterion: Minor Works M&E / Weighting: 5

Quality criterion: Planned Preventative Maintenance / Weighting: 6

Quality criterion: HSEA / Weighting: 10

Quality criterion: Sustainability / Weighting: 5

Quality criterion: Collaboration / Weighting: 5

Quality criterion: Security & Mobilisation, Modern Slavery / Weighting: 0

Cost criterion: Prelims Option 1 / Weighting: 7

Cost criterion: Prelims Options 2 / Weighting: 4

Cost criterion: Overhead & Profit / Weighting: 6

Cost criterion: Dayworks / Weighting: 10

Cost criterion: Adjustment SoR / Weighting: 3

Cost criterion: Adjustment Project / Weighting: 3

Cost criterion: Planned Preventative Maintenance / Weighting: 7

II.2.11) Information about options

Options: Yes

Description of options:

Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.

As expressed on the procurement documents, the framework permits use by our regional train & freight operating companies.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Wales RMW Buildings

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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.

Network Rail owns (and operates) stations, lineside buildings and other operational property from which it manages its rail infrastructure and provides services and facilities to train operating companies, retail tenants and direct to rail customers.

Network Rail maintains, repairs and renews these properties, their plant and building services.

Inspection, maintenance, repair, partial or whole renewal to parts of:

Station canopies, footbridges and non-station footbridges, platforms, buildings. Boundary and retaining walls.

Train sheds, Maintenance Delivery Units, Lineside buildings.

Works to Light Maintenance Depots.

Works to carparks, footpaths and hard standings, other associated Network Rail or TOC leased property.

Associated mechanical and electrical installations to all the above.

Associated enabling or minor works which may include track works.

Signalling and telecommunications, electrification and plant.

Non railway / high street environments.

II.2.5) Award criteria

Quality criterion: Reactive Response / Weighting: 10

Quality criterion: Reactive Scenario / Weighting: 7

Quality criterion: Minor Works / Weighting: 5

Quality criterion: Cover & Operations / Weighting: 7

Quality criterion: Minor Works M&E / Weighting: 5

Quality criterion: Planned Preventative Maintenance / Weighting: 6

Quality criterion: HSEA / Weighting: 10

Quality criterion: Sustainability / Weighting: 5

Quality criterion: Collaboration / Weighting: 5

Quality criterion: Security & Mobilisation, Modern Slavery / Weighting: 0

Cost criterion: Prelims Option 1 / Weighting: 7

Cost criterion: Prelims Options 2 / Weighting: 4

Cost criterion: Overhead & Profit / Weighting: 8

Cost criterion: Dayworks / Weighting: 11

Cost criterion: Adjustment SoR / Weighting: 5

Cost criterion: Adjustment Project / Weighting: 5

II.2.11) Information about options

Options: Yes

Description of options:

Upon completion of the 60 months, Network Rail has the option to extend the framework further by a total of 36 months at 12 months at a time.

As expressed on the procurement documents, the framework permits use by our regional train & freight operating companies.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-007567

Section V: Award of contract

Lot No: 1

Contract No: ecm44798

Title: W&W Reactive & Minor Works - Western Civils

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/03/2025

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Balfour Beatty Rail Ltd

01982627

5 Churchill Place, Canary Wharf

London

E145HU

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: : 262 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: ecm44799

Title: W&W Reactive & Minor Works - Wales Civils

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/03/2025

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Dyer & Butler

01450372

Abel Smith House, Gunnels Wood Road

Stevenage

SG1 2ST

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: : 150 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: ecm44800

Title: W&W Reactive & Minor Works - Western Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/03/2025

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

JSS RAIL LIMITED

1747345

1 Curo Park, Frogmore

St Albans

AL2 2DD

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: : 225 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: ecm44801

Title: W&W Reactive & Minor Works - Wales Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/03/2025

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

MPH Construction Ltd

1141925

Bromfield House, Queens Lane, Bromfield Industrial Estate,

Mold

CH7 1XB

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: : 112 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Note, the £750,000,000 is the estimated spend value for this entire framework, covering all four lots and listed for guidance only.

VI.4) Procedures for review

VI.4.1) Review body

Network Rail Infrastructure Limted

Western House, 1 Holbrook Way,

Swindon

SN11BD

UK

Internet address(es)

URL: www.networkrail.co.uk/

VI.4.2) Body responsible for mediation procedures

High Court of England & Wales Royal Courts of Justice

Strand

London

WC1A 2LL

UK

VI.4.4) Service from which information about the review procedure may be obtained

Network Rail Infrastructure Limited

1 Holbrook Road

Swindon

SN11BD

UK

VI.5) Date of dispatch of this notice

02/04/2025

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Sarabjit.Lota@networkrail.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.