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 Notice

Scotland's Railway - Scotland's Lineside (Vegetation & Boundary Management) Framework

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • 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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e5d6
Published by:
Network Rail Infrastructure Ltd
Authority ID:
AA73642
Publication date:
26 March 2025
Deadline date:
21 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Scotland's Railway is running a procurement event for the Scotland Lineside Framework (SLF) which will deliver lineside de-vegetation and boundary works across Scotland’s railway for 4 years with the option to extend by 3 years (1+1+1) with a maximum spend of £227m across the life of the Framework. There are 7 Lots with opportunities for a maximum of 15 Contractors. Lots 1-3 (3 Contractors) include a minimum spend commitment of £3million per contractor per annum across the 4-year term. Lots 4-7 (Up to 12 Contractors) has no spend commitment.

Lots 1-3 Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals. Split into three geographically; West, Central & East with each tenderer only able to win one LOT and acting as the Principal Contractor with the proviso that Network Rail have the option to relax the rule of one contractor per LOT 1-3, if we fail to receive the relevant standard of tenders to meet this requirement.

Lots 4-7 will be split geographically into the four Delivery Unit boundaries with a minimum of three Lineside Contractors per geographical area. Maximum of two geographical areas per supplier.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

UK

Telephone: +44 1908781000

E-mail: John.Bradshaw2@networkrail.co.uk

NUTS: UK

Internet address(es)

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

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://networkrail.bravosolution.co.uk/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://networkrail.bravosolution.co.uk/web/login.html


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Scotland's Railway - Scotland's Lineside (Vegetation & Boundary Management) Framework

II.1.2) Main CPV code

77211400

 

II.1.3) Type of contract

Services

II.1.4) Short description

Scotland's Railway is running a procurement event for the Scotland Lineside Framework (SLF) which will deliver lineside de-vegetation and boundary works across Scotland’s railway for 4 years with the option to extend by 3 years (1+1+1) with a maximum spend of £227m across the life of the Framework. There are 7 Lots with opportunities for a maximum of 15 Contractors. Lots 1-3 (3 Contractors) include a minimum spend commitment of £3million per contractor per annum across the 4-year term. Lots 4-7 (Up to 12 Contractors) has no spend commitment.

Lots 1-3 Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals. Split into three geographically; West, Central & East with each tenderer only able to win one LOT and acting as the Principal Contractor with the proviso that Network Rail have the option to relax the rule of one contractor per LOT 1-3, if we fail to receive the relevant standard of tenders to meet this requirement.

Lots 4-7 will be split geographically into the four Delivery Unit boundaries with a minimum of three Lineside Contractors per geographical area. Maximum of two geographical areas per supplier.

II.1.5) Estimated total value

Value excluding VAT: 227 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 7 lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: Lot 4

II.2.1) Title

Lot 4 - Glasgow

II.2.2) Additional CPV code(s)

77211400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 4 will cover the Glasgow Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be £10.05m for Lot 4 as set out in document A2 instructions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 500.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend by 3 years (1+1+1)

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: 1

II.2.1) Title

Lot 1 - West

II.2.2) Additional CPV code(s)

77211400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals across the West of Scotland with an indicative work of £50.1m in Lot 1 as set out in document A2 instructions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 50 100 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend by 3 years (1+1+1)

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

Lot 2 - Central

II.2.2) Additional CPV code(s)

77211400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals across Central Scotland with an indicative workbank of £46.2m in Lot 2 as set out in document A2 instructions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 46 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend by 3 years (1+1+1)

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

Lot 3 - East

II.2.2) Additional CPV code(s)

77211400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Includes Tree and Vegetation Management (Clearance & Maintenance) plus Boundary Renewals across the East of Scotland with an indicative work of £69.8m in Lot 3 as set out in document A2 instructions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 69 800 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend by 3 years (1+1+1)

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: 5

II.2.1) Title

Lot 5 - Motherwell

II.2.2) Additional CPV code(s)

77211400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 5 will cover the Motherwell Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be £10.05m for Lot 5 as set out in document A2 instructions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 500.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend by 3 years (1+1+1)

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: 6

II.2.1) Title

Lot 6 - Edinburgh

II.2.2) Additional CPV code(s)

77211400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 6 will cover the Edinburgh Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be £10.05m for Lot 6 as set out in document A2 instructions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 500.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend by 3 years (1+1+1)

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: 7

II.2.1) Title

Lot 7 - Perth

II.2.2) Additional CPV code(s)

77211400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 7 will cover the Perth Delivery Unit boundary area and be delivered by a minimum of three Lineside Contractors. Works will include signal sighting clearance, DDD treatments, LC sighting clearance etc. Suppliers may be specialists in tree removal work, cyclical maintenance, or fencing, or a combination of more than one. The indicative framework spend is estimated to be £10.05m for Lot 7 as set out in document A2 instructions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 500.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend by 3 years (1+1+1)

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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 several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/04/2025

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 02/06/2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Court of Session

Edinburgh

UK

VI.5) Date of dispatch of this notice

21/02/2025

Coding

Commodity categories

ID Title Parent category
77211400 Tree-cutting services Services incidental to logging

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:
John.Bradshaw2@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.