Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

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

  • Cyhoeddwyd gyntaf: 14 Mawrth 2024
  • Wedi'i addasu ddiwethaf: 14 Mawrth 2024

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-032f1a
Cyhoeddwyd gan:
Network Rail Infrastructure Ltd
ID Awudurdod:
AA73642
Dyddiad cyhoeddi:
14 Mawrth 2024
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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

Testun llawn y rhybydd

Hysbysiad dyfarnu contract – cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

UK

Person cyswllt: Sam Allsop

Ffôn: +44 1908781000

E-bost: Sam.Allsop@networkrail.co.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.networkrail.co.uk/

I.6) Prif weithgaredd

Gwasanaethau rheilffyrdd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

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

II.1.2) Prif god CPV

45000000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

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

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 695 000 000.00 GBP

II.2) Disgrifiad

Rhif y Lot B1 (R)

II.2.1) Teitl

Lot B1 (R) Civil Engineering (Structures & Geotechnical)

II.2.2) Cod(au) CPV ychwanegol

45100000

45200000

45221112

45221122

45221242

45234100

45234114

71320000

71322000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Network Rail’s North West & Central Region (comprising the North West Route, Central Route and West Coast South Route).

II.2.4) Disgrifiad o’r caffaeliad

Network Rail has appointed a regional framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the North West & Central Region.

The scope of works which Network Rail may require comprises:

• Feasibility

• 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 are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) 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

• Geotechnical (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)

This lot relates to a single supplier for the Region. The successful supplier may be required to deliver works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (Lot B1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route and Lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical) in the combined Central Route and West Coast South Route areas).

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot B1 (NW)

II.2.1) Teitl

Lot B1 (NW) Civil Engineering (Structures & Geotechnical)

II.2.2) Cod(au) CPV ychwanegol

45100000

45200000

45221112

45221122

45221242

45234100

45234114

71320000

71322000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Network Rail’s North West Route.

II.2.4) Disgrifiad o’r caffaeliad

Network Rail has appointed a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank within the North West Route. This is a geographical sub-lot comprising the North West Route.

The scope of works which Network Rail may require comprises:

• Feasibility

• 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 are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) 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

• Geotechnical (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)

This lot relates to a single supplier for the North West Route. The successful supplier may be required to deliver works within the scope of the discipline lot B1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route in addition to a supplier appointed for the Region (Lot B1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot B1 (C&WCS)

II.2.1) Teitl

Lot B1 (C&WCS) Civil Engineering (Structures & Geotechnical)

II.2.2) Cod(au) CPV ychwanegol

45100000

45200000

45221112

45221122

45221242

45234100

45234114

71320000

71322000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Network Rail’s combined Central Route and West Coast South Route areas.

II.2.4) Disgrifiad o’r caffaeliad

Network Rail has appointed a framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) 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.

The scope of works which Network Rail may require comprises:

• Feasibility

• 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 are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) 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

• Geotechnical (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)

This lot relates to a single supplier for the combined Central Route and West Coast South Route areas. The successful supplier may be required to deliver works within the scope of the discipline lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical) in the Central Route and West Coast South Route in addition to a supplier appointed for the Region (Lot B1 (R) Civil Engineering (Structures & Geotechnical) working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot B2 (R)

II.2.1) Teitl

Lot B2 (R) Buildings

II.2.2) Cod(au) CPV ychwanegol

45210000

45213320

45213321

45300000

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Network Rail’s North West & Central Region (comprising the North West Route, Central Route and West Coast South Route).

II.2.4) Disgrifiad o’r caffaeliad

Network Rail is looking to appoint a regional framework supplier to deliver a proportion of the buildings workbank across the North West & Central region.

The scope of works which Network Rail may require comprises:

• Feasibility

• 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 are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators)

• 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

• Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant)

• Equipment and systems contained within the assets listed above, including M&E systems, fire systems.

This lot relates to a single supplier for the Region. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (two suppliers for Lot B2 (NW) Buildings in the North West Route, a supplier for Lot B2 (C) Buildings in the Central Route and a supplier for B2 (WCS) Buildings in the West Coast South Route).

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot B2 (NW)

II.2.1) Teitl

Lot B2 (NW) Buildings

II.2.2) Cod(au) CPV ychwanegol

45210000

45213320

45213321

45300000

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Network Rail’s North West Route

II.2.4) Disgrifiad o’r caffaeliad

Network Rail has appointed two framework supplier(s) to deliver a proportion of the buildings workbank within the North West Route. This is a geographical sub-lot comprising the North West Route.

The scope of works which Network Rail may require comprises:

• Feasibility

• 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 are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators)

• 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

• Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant)

• Equipment and systems contained within the assets listed above, including M&E systems, fire systems.

This lot relates to two suppliers for the North West Route. The two successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot B2 (NW) Buildings in the North West Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot B2 (C)

II.2.1) Teitl

Lot B2 (C) Buildings

II.2.2) Cod(au) CPV ychwanegol

45210000

45213320

45213321

45300000

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Network Rail’s Central Route.

II.2.4) Disgrifiad o’r caffaeliad

Network Rail has appointed a framework supplier to deliver a proportion of the buildings workbank within the Central Route. This is a geographical sub-lot comprising the Central Route.

The scope of works which Network Rail may require comprises:

• Feasibility

• 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 are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators)

• 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

• Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant)

• Equipment and systems contained within the assets listed above, including M&E systems, fire systems.

This lot relates to a single supplier for the Central Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot B2 (C) Buildings in the Central Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot B2 (WCS)

II.2.1) Teitl

Lot B2 (WCS) Buildings

II.2.2) Cod(au) CPV ychwanegol

45210000

45213320

45213321

45300000

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Network Rail’s West Coast South Route.

II.2.4) Disgrifiad o’r caffaeliad

Network Rail has appointed a framework supplier to deliver a proportion of the buildings workbank within the West Coast Route. This is a geographical sub-lot comprising the West Coast South Route.

The scope of works which Network Rail may require comprises:

• Feasibility

• 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 are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies, retaining walls, lifts and escalators)

• 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

• Renewal of depot plant with multiple interfaces (e.g. wheel lathe / wash plant)

• Equipment and systems contained within the assets listed above, including M&E systems, fire systems.

This lot relates to a single supplier for the West Coast South Route. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot B2 (WCS) Buildings in the West Coast South Route in addition to a supplier appointed for the Region (Lot B2 (R) Buildings working across the full NW&C Region (North West Route, Central Route and West Coast South Route)).

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot B3 (R)

II.2.1) Teitl

Lot B3 (R) AC Switchgear

II.2.2) Cod(au) CPV ychwanegol

45234000

45315400

45315600

71311230

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Network Rail’s North West & Central Region (comprising the North West Route, Central Route and West Coast South Route).

II.2.4) Disgrifiad o’r caffaeliad

Network Rail has appointed a regional framework supplier to deliver the Electrification & Plant: AC Switchgear workbank across the North West & Central region.

The scope of works which Network Rail may require comprises:

• Feasibility

• Option selection

• Outline and detailed design (including temporary works)

• Implementation

• Commissioning

• Decommissioning and recovery of redundant assets

• Hand back into maintenance (including but not limited to record update, providing training and spares)

These works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal of:

• Major SCADA changes / updates

• Feeder station power upgrades (inclusive of TNO/DNO engagement)

• OLE related modification associated with the above

This lot relates to a single supplier for the Region. The successful supplier may be required to deliver works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route).

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot B3 (NW)

II.2.1) Teitl

Lot B3 (NW) Power & Distribution

II.2.2) Cod(au) CPV ychwanegol

45234000

45315400

45315600

71311230

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Network Rail’s North West Route

II.2.4) Disgrifiad o’r caffaeliad

Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank within the North West Route. This is a geographical sub-lot comprising the North West Route.

The scope of works which Network Rail may require comprises:

• Feasibility

• Option selection

• Outline and detailed design (including temporary works)

• Implementation

• Commissioning

• Decommissioning and recovery of redundant assets

• Hand back into maintenance (including but not limited to record update, providing training and spares)

These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of:

• Outdoor CB and switches renewal (e.g. SMOS, TSS, DPD etc)

• Major SCADA changes/updates associated with AC protection relay renewal

• HV feeder cable replacement and associated route renewal on AC and DC infrastructure

• OLE related renewals (e.g. OLE structures)

• AC & DC protection relay

• DC stage 2 frame leakage installation

• AC Switchgear (Refurbishment only)

This lot relates to a single supplier for the Work West Route

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot B3 (C&WCS)

II.2.1) Teitl

Lot B3 (C&WCS) Power & Distribution

II.2.2) Cod(au) CPV ychwanegol

45234000

45315400

45315600

71311230

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Network Rail’s combined Central Route and West Coast South Route areas.

II.2.4) Disgrifiad o’r caffaeliad

Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Power & Distribution workbank within the Central Route and West Coast South Route. This is a geographical sub-lot comprising the combined Central Route and the West Coast South Route areas.

The scope of works which Network Rail may require comprises:

• Feasibility

• Option selection

• Outline and detailed design (including temporary works)

• Implementation

• Commissioning

• Decommissioning and recovery of redundant assets

• Hand back into maintenance (including but not limited to record update, providing training and spares)

These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of:

• Outdoor CB and switches renewal (e.g. SMOS, TSS, DPD etc)

• Major SCADA changes/updates associated with AC protection relay renewal

• HV feeder cable replacement and associated route renewal on AC and DC infrastructure

• OLE related renewals (e.g. OLE structures)

• AC & DC protection relay

• DC stage 2 frame leakage installation

• AC Switchgear (Refurbishment only)

This lot relates to a single supplier for the combined Central Route and West Coast South Route areas.

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot B3 (C&WCS LV)

II.2.1) Teitl

Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power

II.2.2) Cod(au) CPV ychwanegol

45234000

45315600

71311230

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Network Rail’s combined Central Route and West Coast South Route areas.

II.2.4) Disgrifiad o’r caffaeliad

Network Rail is looking to appoint a framework supplier to deliver the Electrification & Plant: Low Voltage Plant & Signalling Power 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.

The scope of works which Network Rail may require comprises:

• Feasibility

• Option selection

• Outline and detailed design (including temporary works)

• Implementation

• Commissioning

• Decommissioning and recovery of redundant assets

• Hand back into maintenance (including but not limited to record update, providing training and spares)

These works are to be performed in connection with the following categories of assets, incorporating partial or refurbishment or partial renewal of:

• Signalling Power cable renewal

• Signalling Power (e.g. UPS, Generator, FSP)

• Lighting (e.g. Junction, buffer stop, walkway)

• Points heating

• Pumping systems

• DNO

This lot relates to a single supplier for the combined Central Route and West Coast South Route areas.

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 5 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

negodi gyda galwad am gystadleuaeth

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2022/S 000-016352

Section V: Dyfarnu contract

Rhif y Lot: B1 (R)

Teitl: Lot B1 (R) Civil Engineering (Structures & Geotechnical)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

07/02/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 3

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Story Contracting Limited

Burgh Road Industrial Estate, Carlisle, CA2 7NA

Carlisle

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: B1 (NW)

Teitl: Lot B1 (NW) Civil Engineering (Structures & Geotechnical)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

07/02/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 3

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

QTS Group Ltd

Rench Farm, Drumclog, South Lanarkshire, ML10 6QJ

South Lanarkshire

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: Lot B1 (C&WCS)

Teitl: Lot B1 (C&WCS) Civil Engineering (Structures & Geotechnical)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

12/03/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 5

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

J Murphy & Sons Ltd

Hiview House, Highgate Road, London NW5 1TN

London

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: Lot B2 (R)

Teitl: Lot B2 (R) Buildings

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

07/02/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 5

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Story Contracting Limited

Burgh Road Industrial Estate, Carlisle, CA2 7NA

Carlisle

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: Lot B2 (NW)

Teitl: Lot B2 (NW) Buildings

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

07/02/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 7

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Amalgamated Construction Ltd

3175 Century Way, Thorpe Park, Leeds, England, LS15 8ZB

Leeds

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: Lot B2 (NW)

Teitl: Lot B2 (NW) Buildings

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

12/03/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 7

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

J Murphy & Sons Ltd

Hiview House, Highgate Road, London NW5 1TN

London

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: Lot B2 (C)

Teitl: Lot B2 (C) Buildings

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

12/03/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 4

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

J Murphy & Sons Ltd

Hiview House, Highgate Road, London NW5 1TN

London

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: Lot B2 (WCS)

Teitl: Lot B2 (WCS) Buildings

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

07/02/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 4

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Taziker Industrial Limited

Levens House Ackhurst Business Park, Foxhole Road, Chorley, England, PR7 1NY

Chorley

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: Lot B3 (R)

Teitl: Lot B3 (R) AC Switchgear

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

23/02/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 4

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Amey Rail Limited

Chancery Exchange, 10 Furnival Street, London, United Kingdom, EC4A 1AB

London

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: Lot B3 (NW)

Teitl: Lot B3 (NW) Power & Distribution

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

23/02/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 4

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Amey Rail Limited

Chancery Exchange, 10 Furnival Street, London, United Kingdom, EC4A 1AB

London

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: Lot B3 (C&WCS)

Teitl: Lot B3 (C&WCS) Power & Distribution

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

23/02/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 3

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Amey Rail Limited

Chancery Exchange, 10 Furnival Street, London, United Kingdom, EC4A 1AB

London

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: Lot B3 (C&WCS LV)

Teitl: Lot B3 (C&WCS LV) Low Voltage Plant & Signalling Power

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

23/02/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 5

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Amey Rail Limited

Chancery Exchange, 10 Furnival Street, London, United Kingdom, EC4A 1AB

London

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

The estimated value at II.1.7 relates to the full duration of the agreement, including the mobilisation period (2-3 months), initial term (60 months) and renewal options (24 months).

The estimated total value at section II.1.7 is based on Network Rail’s current forecast of future spend under the frameworks. It should be noted, however, that these values are Network Rail’s best estimate based on currently available information, and in particular that any third party spend is not certain at this stage. The final value of the frameworks may therefore be higher or lower.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The High Court

London

UK

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

The High Court

London

UK

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

The High Court

London

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

13/03/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45000000 Gwaith adeiladu Adeiladu ac Eiddo Tiriog
45210000 Gwaith adeiladu adeiladau Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45213320 Gwaith adeiladu ar gyfer adeiladau sy’n gysylltiedig â thrafnidiaeth rheilffyrdd Gwaith adeiladu ar gyfer adeiladau masnachol, warysau ac adeiladau diwydiannol, adeiladau sy’n gysylltiedig â thrafnidiaeth
45234000 Gwaith adeiladu ar gyfer rheilffyrdd a systemau cludiant ceblau Gwaith adeiladu ar gyfer piblinellau, llinellau cyfathrebu a llinellau pwer, ar gyfer priffyrdd, ffyrdd, meysydd glanio a rheilffyrdd; gwaith ar y gwastad
45234114 Gwaith adeiladu argloddiau rheilffordd Gwaith adeiladu ar gyfer rheilffyrdd a systemau cludiant ceblau
45213321 Gwaith adeiladu gorsafoedd trenau Gwaith adeiladu ar gyfer adeiladau masnachol, warysau ac adeiladau diwydiannol, adeiladau sy’n gysylltiedig â thrafnidiaeth
45221112 Gwaith adeiladu pontydd rheilffordd Gwaith adeiladu ar gyfer pontydd a thwneli, siafftiau ac isffyrdd
45234100 Gwaith adeiladu rheilffyrdd Gwaith adeiladu ar gyfer rheilffyrdd a systemau cludiant ceblau
45221122 Gwaith adeiladu traphontydd rheilffordd Gwaith adeiladu ar gyfer pontydd a thwneli, siafftiau ac isffyrdd
45221242 Gwaith adeiladu twneli rheilffordd Gwaith adeiladu ar gyfer pontydd a thwneli, siafftiau ac isffyrdd
45200000 Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil Gwaith adeiladu
45300000 Gwaith gosod ar gyfer adeiladau Gwaith adeiladu
45315600 Gwaith gosod foltedd isel Gwaith gosod trydanol ar gyfer cyfarpar gwresogi a chyfarpar adeiladu trydanol arall
45315400 Gwaith gosod foltedd uchel Gwaith gosod trydanol ar gyfer cyfarpar gwresogi a chyfarpar adeiladu trydanol arall
45100000 Gwaith paratoi safleoedd Gwaith adeiladu
71320000 Gwasanaethau dylunio peirianneg Gwasanaethau peirianneg
71322000 Gwasanaethau dylunio peirianneg ar gyfer adeiladu gwaith peirianneg sifil Gwasanaethau dylunio peirianneg
71311230 Gwasanaethau peirianneg rheilffordd Gwasanaethau ymgynghori ar beirianneg sifil

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Sam.Allsop@networkrail.co.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.