Buyer Name: FIRST GREATER WESTERN LIMITED
Buyer Address: Milford House 1 Milford Street, Wiltshire, UKK14, SN1 1HL, United Kingdom
Contact Email: procurement@gwr.com
Buyer Name: FIRST GREATER WESTERN LIMITED
Buyer Address: Milford House 1 Milford Street, Wiltshire, UKK14, SN1 1HL, United Kingdom
Contact Email: procurement@gwr.com
GWR is seeking to establish a Framework Agreement for the delivery of construction and infrastructure works across its property and depot estates. The framework will cover a broad range of project types including minor building works, refurbishments, renewals, upgrades, and new construction at stations, depots, and operational facilities. The framework will be divided into three lots: Lot 1 - Minor Works: General building, refurbishment, and maintenance. Lot 2 - Stations Major Works: Station upgrade and construction projects. Lot 3 - Depot Works: Building and infrastructure improvements at depot sites The framework will operate for a period of 3 years with an optional 1-year extension (3 + 1 years) and will be structured as an open framework, allowing supplier refresh during its lifetime. Works will be called off under adapted JCT contract forms (Minor Works, Intermediate with Contractor's Design, or Design & Build, as applicable) and will be awarded via mini-competitions. All works must be delivered to the required safety, quality, and environmental standards, ensuring minimal disruption to operational sites and alignment with the contracting authority's sustainability objectives.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/072199-2025
Link Description: Tender notice on Find a Tender
Lot Title: Minor Works
Lot Description: General minor construction, refurbishment, and maintenance works across our network of station and staff accommodation. Typical works may include: General building repairs, redecoration, and refurbishments. Small-scale structural alterations, roofing, and drainage works. Minor extensions, fit-outs, or internal layout changes. Mechanical and electrical upgrades associated with minor works. External works such as fencing, paving, and minor civil engineering. Projects under this lot will generally be short duration, low complexity, and delivered in live operational environments where flexibility and responsiveness are essential.
Lot 1 Status: active
Lot 1 Value: GBP 18,000,000
Lot 1 Value (Gross): GBP 21,600,000
Lot 1 Contract Start: 2026-04-01T00:00:00+01:00
Lot 1 Contract End: 2029-03-31T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Case Studies
Lot 1 Award Criterion (cost): Commercial Standing
Lot 1 Award Criterion (quality): Compliance
Lot 1 Award Criterion (quality): Capability Questions
Lot Title: Stations Major Works
Lot Description: Significant upgrades, refurbishments, and new build works at station locations. Typical works may include: Station building refurbishments and structural alterations. Platform extensions, canopies, and accessibility improvements. Construction of new station buildings, facilities, or extensions. Major mechanical, electrical, and public realm works at stations. Upgrades to passenger areas, retail units, and back-of-house facilities. Projects in this lot will often be multi-disciplinary and may require detailed design input, stakeholder coordination, and work within live passenger environments.
Lot 2 Status: active
Lot 2 Value: GBP 35,000,000
Lot 2 Value (Gross): GBP 42,000,000
Lot 2 Contract Start: 2026-04-01T00:00:00+01:00
Lot 2 Contract End: 2029-03-31T23:59:59+01:00
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (quality): Case Studies
Lot 2 Award Criterion (cost): Commercial Standing
Lot 2 Award Criterion (quality): Compliance
Lot 2 Award Criterion (quality): Capability Questions
Lot Title: Depot Works
Lot Description: Infrastructure improvements, building works, and specialist upgrades at depot facilities. Typical works may include: Construction, refurbishment, or extension of depot buildings and workshops. Infrastructure upgrades such as drainage, hardstanding, and utilities. Specialist rail depot systems Office and welfare accommodation refurbishments within depot environments. Structural, mechanical, or electrical improvements to support operational efficiency. Projects under this lot will require careful planning and delivery in live operational and safety-critical environments, often with restricted access and coordination with depot management teams.
Lot 3 Status: active
Lot 3 Value: GBP 35,000,000
Lot 3 Value (Gross): GBP 42,000,000
Lot 3 Contract Start: 2026-04-01T00:00:00+01:00
Lot 3 Contract End: 2029-03-31T23:59:59+01:00
Lot 3 SME Suitable: Yes
Lot 3 Award Criterion (quality): Case Studies
Lot 3 Award Criterion (cost): Commercial Standing
Lot 3 Award Criterion (quality): Compliance
Lot 3 Award Criterion (quality): Capability Questions
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-COH-05113733",
"name": "FIRST GREATER WESTERN LIMITED"
},
"date": "2025-11-07T16:51:11Z",
"id": "072199-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05dd25",
"parties": [
{
"additionalIdentifiers": [
{
"id": "PXVG-2764-GZCQ",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Wiltshire",
"postalCode": "SN1 1HL",
"region": "UKK14",
"streetAddress": "Milford House 1 Milford Street"
},
"contactPoint": {
"email": "procurement@gwr.com"
},
"details": {
"classifications": [
{
"description": "Private utility",
"id": "privateUtility",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-COH-05113733",
"identifier": {
"id": "05113733",
"scheme": "GB-COH"
},
"name": "FIRST GREATER WESTERN LIMITED",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-02-13T23:59:59Z"
},
"description": "GWR is seeking to establish a Framework Agreement for the delivery of construction and infrastructure works across its property and depot estates. The framework will cover a broad range of project types including minor building works, refurbishments, renewals, upgrades, and new construction at stations, depots, and operational facilities.\nThe framework will be divided into three lots:\nLot 1 - Minor Works: General building, refurbishment, and maintenance. \nLot 2 - Stations Major Works: Station upgrade and construction projects. \nLot 3 - Depot Works: Building and infrastructure improvements at depot sites \nThe framework will operate for a period of 3 years with an optional 1-year extension (3 + 1 years) and will be structured as an open framework, allowing supplier refresh during its lifetime.\nWorks will be called off under adapted JCT contract forms (Minor Works, Intermediate with Contractor\u0027s Design, or Design \u0026 Build, as applicable) and will be awarded via mini-competitions.\nAll works must be delivered to the required safety, quality, and environmental standards, ensuring minimal disruption to operational sites and alignment with the contracting authority\u0027s sustainability objectives.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"accessDetails": "They will be published on the Tendering platform as the framework tender is launched.",
"documentType": "biddingDocuments",
"id": "future"
},
{
"datePublished": "2025-11-07T16:51:11Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "072199-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/072199-2025"
}
],
"expressionOfInterestDeadline": "2025-12-05T18:00:00Z",
"id": "ocds-h6vhtk-05dd25",
"items": [
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "2",
"relatedLot": "2"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "3",
"relatedLot": "3"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Case Studies",
"type": "quality"
},
{
"name": "Commercial Standing",
"type": "cost"
},
{
"description": "All works must be delivered to the required safety, quality, and environmental standards, ensuring minimal disruption to operational sites and alignment with the GWR\u0027s sustainability objectives",
"name": "Compliance",
"type": "quality"
},
{
"name": "Capability Questions",
"type": "quality"
}
],
"weightingDescription": "Case Studies and Capability Questions - 100%\nCommercial Standing - Pass/ Fail\nCompliance - Pass/ Fail"
},
"contractPeriod": {
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2030-04-01T23:59:59+01:00",
"startDate": "2026-04-01T00:00:00+01:00"
},
"description": "General minor construction, refurbishment, and maintenance works across our network of station and staff accommodation. \nTypical works may include:\nGeneral building repairs, redecoration, and refurbishments.\nSmall-scale structural alterations, roofing, and drainage works.\nMinor extensions, fit-outs, or internal layout changes.\nMechanical and electrical upgrades associated with minor works.\nExternal works such as fencing, paving, and minor civil engineering.\nProjects under this lot will generally be short duration, low complexity, and delivered in live operational environments where flexibility and responsiveness are essential.",
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "3 year initial contract term with an option to extend for a further 12 months."
},
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers will be selected based on their ability to demonstrate capability and experience relevant to the delivery of minor construction, refurbishment and maintenance works.\nSelection criteria will include:\nFinancial Standing: Evidence of financial stability and appropriate levels of insurance as stated in the tender documents\nTechnical and Professional Capability: Demonstrated capability in delivering similar minor works projects within occupied and operational environments.\nHealth, Safety and Environmental Management: Compliance with recognised safety standards, procedures, and environmental practices.\nSustainability and Social Value: Commitment to environmental sustainability, local supply chain engagement, and social value delivery.\nReferences / Case Studies: Proven track record of relevant past performance.\nOnly suppliers meeting the minimum selection thresholds will be invited to tender for inclusion in the framework under this lot.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Minor Works",
"value": {
"amount": 18000000,
"amountGross": 21600000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Case Studies",
"type": "quality"
},
{
"name": "Commercial Standing",
"type": "cost"
},
{
"description": "All works must be delivered to the required safety, quality, and environmental standards, ensuring minimal disruption to operational sites and alignment with the GWR\u0027s sustainability objectives",
"name": "Compliance",
"type": "quality"
},
{
"name": "Capability Questions",
"type": "quality"
}
],
"weightingDescription": "Case Studies and Capability Questions - 100%\nCommercial Standing - Pass/ Fail\nCompliance - Pass/ Fail"
},
"contractPeriod": {
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2030-04-01T23:59:59+01:00",
"startDate": "2026-04-01T00:00:00+01:00"
},
"description": "Significant upgrades, refurbishments, and new build works at station locations.\nTypical works may include:\nStation building refurbishments and structural alterations.\nPlatform extensions, canopies, and accessibility improvements.\nConstruction of new station buildings, facilities, or extensions.\nMajor mechanical, electrical, and public realm works at stations.\nUpgrades to passenger areas, retail units, and back-of-house facilities.\nProjects in this lot will often be multi-disciplinary and may require detailed design input, stakeholder coordination, and work within live passenger environments.",
"hasRenewal": true,
"id": "2",
"renewal": {
"description": "3 year initial contract term with an option to extend for a further 12 months."
},
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers will be selected based on their capability, experience, and resources to deliver station upgrade, refurbishment, and new-build projects with values typically between \u00a3300,000 and \u00a33,000,000.\nSelection criteria will include:\nFinancial Standing: Evidence of financial stability and appropriate levels of insurance as stated in the tender documents\nTechnical and Professional Capability: Demonstrated capability in delivering similar Works projects within occupied and operational environments.\nHealth, Safety and Environmental Management: Compliance with recognised safety standards, procedures, and environmental practices.\nSustainability and Social Value: Commitment to environmental sustainability, local supply chain engagement, and social value delivery.\nReferences / Case Studies: Proven track record of relevant past performance.\nOnly suppliers meeting the minimum selection thresholds will be invited to tender for inclusion in the framework under this lot.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Stations Major Works",
"value": {
"amount": 35000000,
"amountGross": 42000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Case Studies",
"type": "quality"
},
{
"name": "Commercial Standing",
"type": "cost"
},
{
"description": "All works must be delivered to the required safety, quality, and environmental standards, ensuring minimal disruption to operational sites and alignment with the GWR\u0027s sustainability objectives",
"name": "Compliance",
"type": "quality"
},
{
"name": "Capability Questions",
"type": "quality"
}
],
"weightingDescription": "Case Studies and Capability Questions - 100%\nCommercial Standing - Pass/ Fail\nCompliance - Pass/ Fail"
},
"contractPeriod": {
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2030-04-01T23:59:59+01:00",
"startDate": "2026-04-01T00:00:00+01:00"
},
"description": "Infrastructure improvements, building works, and specialist upgrades at depot facilities.\nTypical works may include:\nConstruction, refurbishment, or extension of depot buildings and workshops.\nInfrastructure upgrades such as drainage, hardstanding, and utilities.\nSpecialist rail depot systems\nOffice and welfare accommodation refurbishments within depot environments.\nStructural, mechanical, or electrical improvements to support operational efficiency.\nProjects under this lot will require careful planning and delivery in live operational and safety-critical environments, often with restricted access and coordination with depot management teams.",
"hasRenewal": true,
"id": "3",
"renewal": {
"description": "3 year initial contract term with an option to extend for a further 12 months."
},
"secondStage": {
"minimumCandidates": 3
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers will be selected based on their capability and experience in delivering building, civil, and infrastructure works within depot and operational railway environments, typically valued between \u00a3300,000 and \u00a33,000,000.\nSelection criteria will include:\nFinancial Standing: Evidence of financial stability and suitable levels of insurance for medium-value projects.\nTechnical and Professional Capability: Demonstrated experience in depot, industrial, or operational facilities where access, safety, and continuity of service are critical.\nSpecialist Knowledge: Understanding of working within railway depots, including coordination with operational teams and adherence to industry safety standards.\nHealth, Safety and Environmental Management: Comprehensive systems for ensuring safe delivery in live operational settings.\nQuality and Risk Management: Established quality assurance procedures and proactive risk management processes.\nSustainability and Social Value: Clear approach to minimising environmental impact and supporting social value initiatives.\nReferences / Case Studies: Evidence of successful delivery of similar depot or industrial works.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Depot Works",
"value": {
"amount": 35000000,
"amountGross": 42000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "Procedure steps:\nStage 1: Expression of Interest for each Lot.\nStage 2: All registered suppliers will be invited to submit a response covering both qualification and quality evaluation criteria.\nEvaluation: submissions will be assessed against published conditions of participation of the Stage 2 (financial standing, insurance), and award criteria including technical capability, case studies, sustainability, and acceptance of terms.\nNo individual projects will be awarded at this point.\nFramework Appointment: The highest-scoring suppliers will be appointed to the framework for a period of 3 years with an optional 1-year extension (3 + 1 years) for each Lot.\nCall-Off Process: Future works will be awarded via mini-competitions (call-off tenders) under the relevant variation of JCT contract type. Which will be evaluated on technical and commercial elements dependant on project requirements."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"status": "active",
"submissionMethodDetails": "https://procurement.gwr.com/tenders/12-tenders/gwr-notice/111-fww",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"description": "All interested suppliers will submit a tender addressing both selection and award criteria.\nTenders will be evaluated against published criteria covering financial standing, technical capability, quality, sustainability.\nThe highest-scoring suppliers will be appointed to the framework for a period of 3 years with an optional 1-year extension (3 + 1 years).\nThe framework will operate on an open basis, allowing new suppliers to be added during its term to maintain competitiveness and capability.\nCall-Off Tenders:\nOnce appointed, framework suppliers will be invited to compete for individual projects through mini-competitions.\nEach mini-competition will include a defined scope, pricing schedule, and specific evaluation criteria.\nEvaluation weightings for Technical and Commercial submissions will vary depending on the complexity and nature of the project, typically within the following ranges:\nTechnical: 10% - 90%\nCommercial: 10% - 90%\nThe applicable weighting for each mini-competition will be clearly stated in the call-off documentation.\nCall-off contracts will be awarded under the relevant adapted JCT contract form (Minor Works, Intermediate with Contractor\u0027s Design, or Design \u0026 Build).\nThis process ensures a fair, transparent, and flexible framework that maintains competitive tension while achieving the best balance of quality and value for money across all works.",
"isOpenFrameworkScheme": true,
"method": "withReopeningCompetition",
"openFrameworkSchemeEndDate": "2030-04-01T23:59:59+01:00",
"type": "closed"
},
"hasFrameworkAgreement": true
},
"title": "Framework Agreement for Construction and Infrastructure Works (Minor, Major and Depot Projects)",
"value": {
"amount": 90000000,
"amountGross": 108000000,
"currency": "GBP"
}
}
}