Awarded contract

Published

Network Rail North West & Central Region CP7 Frameworks: Framework Category D

59 Suppliers have already viewed this notice

Track & Win Public Sector Contracts and Tenders. Sign up for Free

Value

358,000,000

Current supplier

Amalgamated Construction Limited

Description

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. On 12 February 2024 Network Rail concluded ten (10) service contracts with the Participants (as defined below) under Framework Category D. Framework Category D relates to the delivery of “minor and reactive works” relating to planned, unplanned and cyclical maintenance requirements, with discipline specific lots for Civil Engineering and Buildings, across different geographical areas within the North West & Central Region (the “Region”). This notice contains further detail of the ongoing use of Framework Category D in line with the originally advertised scope. The Participants are Amalgamated Construction Ltd, QTS Group Ltd, Construction Marine Ltd, J Murphy & Sons, CK Rail Solutions Ltd and JSS Rail Limited. The scope of works carried out under Framework Category D are: • Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice (Note: Does not apply to all lots, see section II.2 for more detail on each lot) • Survey, investigation, and testing • Outline and detailed design (including temporary works) • Implementation • Enabling works for inspections and assessments • Demolition • Booking of possessions, isolations, and road closures • Statutory consents and permissions • If directed by Network Rail, third party access agreements The works to Network Rail’s assets may also incorporate inspection, maintenance, repair, partial or whole renewal. Network Rail appointed suppliers to this Framework Category D across two discipline lots and geographical sub-lots as follows: Civil Engineering (Structures & Geotechnical) Lot D1 (O-C) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers Lot D1 (R) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers Buildings Lot D2 (NW) Buildings in North West Route area only: 3 Suppliers Lot D2 (C&WCS) Buildings in combined Central Route and West Coast South Route areas only: 3 Suppliers Lot D1 (OC): Lot D1 (O-C) Civil Engineering (Structures & Geotechnical) Network Rail has appointed two regional framework suppliers to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the Region. The scope of works which Network Rail may require comprises: • Provision of emergency response capability to be able to have an initial on-site presence 7 response not greater than 2hrs notice. • All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes. • Survey, investigation, and testing • Outline and detailed design (including temporary works) • Implementation • Enabling works for inspections and assessments • Demolition • Booking of possessions, isolations, and road closures • Statutory consents and permissions • If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: • Bridges (underbridges, overbridges, footbridges, property rafts) • Viaducts • Tunnels • Walls (boundary, retaining and acoustic barriers) • Drainage including culverts • Structures and works associated with river, coastal and estuarine defences • Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works) • Mining (mine workings, shafts and adits) • Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: • Emergency – Attend within 2 hours from receipt of order • Urgent – Attend within 24 hours from receipt of order • Routine – Attend within 7 days from receipt or order • Programmed – As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two suppliers are required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers are also required to have access to plant hire and material supplies to fulfil this requirement. Lot D1 (R): Lot D1 (R) Civil Engineering (Structures & Geotechnical) Network Rail has appointed two regional framework suppliers to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the Region. The scope of works which Network Rail may require comprises: • All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes. • Survey, investigation, and testing • Outline and detailed design (including temporary works) • Implementation • Enabling works for inspections and assessments • Demolition • Booking of possessions, isolations, and road closures • Statutory consents and permissions • If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: • Bridges (underbridges, overbridges, footbridges, property rafts) • Viaducts • Tunnels • Walls (boundary, retaining and acoustic barriers) • Drainage including culverts • Structures and works associated with river, coastal and estuarine defences • Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works) • Mining (mine workings, shafts and adits) • Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps) Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: • Urgent – Attend within 24 hours from receipt of order • Routine – Attend within 7 days from receipt or order • Programmed – As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two suppliers are required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers are also required to have access to plant hire and material supplies to fulfil this requirement. Lot D2 (NW): Lot D2 (NW) Buildings Network Rail has appointed three framework suppliers to deliver a proportion of the Buildings minor works and reactive workbank across the North West Route area. This is a geographical sub-lot comprising the North West Route. Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D. The scope of works which Network Rail may require comprises: • Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice. • All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings. • Survey, investigation, and testing • Outline and detailed design (including temporary works) • Implementation • Enabling works for inspections and assessments • Demolition • Asbestos management and removal • Booking of possessions, isolations, and road closures • Statutory consents and permissions • If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: • Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies) • Light maintenance depots • Maintenance delivery units • Critical lineside buildings (signal boxes, route operating centres, relay rooms) • Non-critical lineside buildings • Supply chain operations sites • Car parks, footpaths, and hardstanding • Walls (boundary, retaining and acoustic barriers) • Drainage including culverts • Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment. Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: • Emergency – Attend within 2 hours from receipt of order • Urgent – Attend within 24 hours from receipt of order • Routine – Attend within 7 days from receipt or order • Programmed – As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three suppliers are required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers are also required to have access to plant hire and material supplies to fulfil this requirement. Lot D2 (C&WCS): Lot D2 (C&WCS) Buildings Network Rail has appointed three framework suppliers to deliver a proportion of the Buildings minor works and reactive workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas. Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D. The scope of works which Network Rail may require comprises: • Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice. • All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings. • Survey, investigation, and testing • Outline and detailed design (including temporary works) • Implementation • Enabling works for inspections and assessments • Demolition • Asbestos management and removal • Booking of possessions, isolations, and road closures • Statutory consents and permissions • If directed by Network Rail, third party access agreements These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of: • Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies) • Light maintenance depots • Maintenance delivery units • Critical lineside buildings (signal boxes, route operating centres, relay rooms) • Non-critical lineside buildings • Supply chain operations sites • Car parks, footpaths, and hardstanding • Walls (boundary, retaining and acoustic barriers) • Drainage including culverts • Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment. Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: • Emergency – Attend within 2 hours from receipt of order • Urgent – Attend within 24 hours from receipt of order • Routine – Attend within 7 days from receipt or order • Programmed – As stated on the order Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three suppliers are required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers are also required to have access to plant hire and material supplies to fulfil this requirement.

Create a Free Account on Stotles

Stotles is your single source for government tenders, contracts, frameworks and much more. Sign up for free.

Explore similar pre-tenders, open or awarded contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Department for Education

14,652,084 GBP

Published 2 days ago

Department for Education

8,806,668.35 GBP

Published 2 days ago

Department for Education

49,897,049 GBP

Published 2 days ago

Department for Education

49,897,049 GBP

Published 2 days ago

Tees Valley Combined Authority

1,322,912.76 GBP

Published 3 days ago

Leeds City Council

6,157,500 GBP

Published 3 days ago

Gloucestershire Health & Care NHS Foundation Trust

802,980.35 GBP

Published 3 days ago

Metropolitan Police Service

177,951.44 GBP

Published 3 days ago

Sign up to the Stotles Tender Tracker for free

Find even more contracts with advanced search capability and AI powered relevance scoring.