Construction Tenders

08 May 2025

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type Contract

No. of Lots 1

Status Complete

Published 26th Mar 2025

Tender Details
Referenceocds-h6vhtk-03d5f1
Common Procurement VocabularyEngineering design services for the construction of civil engineering works
Procurement MethodNegotiated procedure with prior call for competition
Value-
More Tenders »

United Kingdom

Category Services

Type Contract

No. of Lots 1

Status Complete

Published 26th Mar 2025

Tender Details
Referenceocds-h6vhtk-03d5f1
Common Procurement VocabularyEngineering design services for the construction of civil engineering works
Procurement MethodNegotiated procedure with prior call for competition
Value-

Section I: Contracting entity

I.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Contact

Claire Smales via nprprocurementteam [at] networkrail.co.uk

Email

nprprocurementteam [at] networkrail.co.uk

Telephone

+44 7515627735

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.com

I.6) Main activity

Railway services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Development & Design Partnership Framework (NPR/IRP including Eastern Region)

II.1.2) Main CPV code

  • 71322000 - Engineering design services for the construction of civil engineering works

II.1.3) Type of contract

Services

II.1.4) Short description

Network Rail Infrastructure Ltd (NR) sought four suppliers to appoint to the Development and Design Partnership Framework (DDPF) to provide services and works (enabling works and intrusive surveys) for Northern Powerhouse Rail (NPR), the Integrated Rail Plan (IRP), Network North (NN) and the Eastern Region.

The geographic scope of the DDPF is the area covered by the Eastern Region (https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/), as well as the routes encompassed by IRP, NN, NPR in North-West & Central.

The scope of the framework covers the provision of professional development, design, technical, and all the services to deliver Engineering Stage (ES) 1 to 5 for the DDPF. Any programme allocated to framework suppliers will be instructed to proceed through the following ES only: ES1 (Requirements defined and baselined), ES2 (Constraints identified and project feasibility confirmed), ES3 (Minimum Viable Product single option identified and endorsed), ES4 (Approval in Principle), and ES5 (Construction ready design approved and requirements validated).

The initial term of the DDPF is 5 years with an option to extend the framework by yearly increments up to a further 3 years.

The value of the framework is an estimate only, and as such, the framework value and associated workbank is not guaranteed. The workbank allocated through the framework will be subject to our client's, the Department for Transport, instruction and funding.

The DDPF's commercial model contains an incentivisation mechanism based on a weighted scorecard driven by key performance indicators. This mechanism is driven by the DDPF's Critical Success Factors, which were described in the procurement documents. The mechanism will provide a series of commercial opportunities to high-performing suppliers including advancement into further Engineering Stages for incumbent suppliers and the allocation of new programmes based on a competitive performance leaderboard.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45213300 - Buildings associated with transport
  • 45220000 - Engineering works and construction works
  • 63711000 - Support services for railway transport
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71320000 - Engineering design services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Eastern Region and routes covered by Northern Powerhouse Rail, Integrated Rail Plan, and Network North

II.2.4) Description of the procurement

The scope of the framework covers the provision of professional development, design, technical, and all the services to deliver Engineering Stage (ES) 1 to 5 for the DDPF. The scope of development and design services for each commission called-off from the framework will be multi-disciplinary and may comprise: Buildings & Architecture, Civils & Structural, Consents & Environment, Constructability, Cost Planning, Electrification and Plant, Geotechnical, Signalling/Train Control, Surveys (including ground investigations), Systems Engineering, Telecoms, and Track. The framework suppliers will only be allocated schemes that require advancing through Engineering Stages 1 to 5 as referenced earlier in this notice.

II.2.11) Information about options

Options: Yes

Description of options

The initial term of the framework will be 5 years with an option, to extend in yearly increments up to a further 3 years.

II.2.13) Information about European Union Funds

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

II.2.14) Additional information

The framework value is for guidance only and is based on the projected spend for the potential maximum 8-year framework duration.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior 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

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-017426


Section V. Award of contract

Lot No

N/A

Title

Development and Design Partnership Framework (NPR/IRP including Eastern Region Projects)

A contract/lot is awarded: Yes

V.2) Award of contract

V.2.1) Date of conclusion of the contract

6 March 2025

V.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Amey OWR Limited

Chancery Exchange, 10 Furnival Street

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

V.2.3) Name and address of the contractor

An unincorporated joint venture between AtkinsRéalis UK Limited and Arcadis Consulting (UK) Limited

Epsom and London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

V.2.3) Name and address of the contractor

An unincorporated joint venture between Mott MacDonald Limited and WSP UK Limited

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

V.2.3) Name and address of the contractor

An unincorporated joint venture between SYSTRA Limited and Ove Arup & Partners Limited

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

V.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £300,000,000


Section VI. Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales Royal Courts of Justice

Strand

London

WC1A 2LL

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales Royal Courts of Justice

Strand

London

WC1A 2LL

Country

United Kingdom

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom