Loading page content…
Loading page content…
221 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Network Rail requires comprehensive reactive and planned preventative maintenance services for fire protection systems at its Managed Stations. These stations, owned, managed, and maintained by Network Rail, must comply with the Regulatory Reform (Fire Safety) Order 2005, adhering to relevant British and industry standards. The high level scope of work includes: 1. Planned Preventive Maintenance (PPM) Fire and PAVA Systems 2. Reactive Maintenance Fire and PA/VA Systems Reactive Maintenance involves repairing and restoring the fire alarm system and its components when they fail or malfunction. This includes systems like PAVA, risers, hydrants, sprinklers, fire detection, alarms, and emergency signage. The process includes diagnosing defects, repairing or replacing parts, and ensuring the system meets standards and regulations. The service provider must supply skilled personnel, tools, and materials to perform repairs efficiently with minimal disruption to operations. 3. Project Works – Fire and PAVA System Project works include activities beyond routine maintenance or initiated by planned works orders. These may typically involve major tasks like refurbishing retail spaces or modernizing key areas in a railway station. The goal is to upgrade, enhance, or adapt infrastructure to meet evolving operational needs or standards. For a detailed overview of the scope and specification, please refer to the supporting documents.
£14,000,000
Contract value
Network Rail seeks a competent Supplier to deliver comprehensive services for the calibration, certification, inspection, safety testing, and authorised repair of Inspection, Measuring and Test Equipment (IMTE) used across its national rail infrastructure. This Request for Information (RFI) to better understand the current capabilities available and market appetite for the Calibration Services requirement. High Level Scope: • All calibration and testing services are performed to manufacturers' specifications, or where unavailable, in accordance with Rail Group Standards or Network Rail Standards, particularly NR/L2/RMVP/0172 and NR/L3/RMVP/0201. • Calibrations are traceable to National Standards through UKAS-accredited laboratories or equivalent. • Failures are managed through a clear process, with notification to Network Rail of any deviations and associated risks. High-Level List of IMTE in Scope (incluing but not limited to) 1. General Measuring Equipment 2. Track Inspection Equipment 3. Welding Equipment 4. Ultrasonic Testing Equipment 5. Survey Equipment 6. ESD & Electrical Testing Equipment 7. Oxy-fuel gas pressure equipment
£30,800,000
Contract value
As part of a CP7 renewals programme, Network Rail Training are considering utilising the market to supply a Learner Experience Portal (LXP), Learning Management System (LMS) and a system to support the planning/scheduling of training events. These solutions will support Skills, Leadership and Professional Development courses across the industry.
£17,500,000
Contract value
Network Rail (NR) have a requirement to purchase a range of steel products that are used to support Overhead Line Equipment (OLE). We previously advertised a Prior information notice under the Utilities Contract Regs – ref 2024/S 000-033811(OCID) pocds-h6vhtk-04addd published 18 October 2024. This notice asked for suppliers to respond to a pre-market engagement questionnaire. This notice seeks additional information from interested parties. Network Rail own, operate, maintain and develops the railway infrastructure in England, Scotland and Wales. Our purpose is to connect people and goods with where they need to be. We support our country’s economic prosperity and contribute to the objectives of the UK and Scottish Governments. Our role is to run a safe, reliable and efficient rail network and our vision is to deliver a simpler, better, greener railway for our customers and communities. We currently buy Steelwork for electrification specific applications and will be tendering for new suppliers to meet this requirement. To inform the sourcing strategy we undertook the questionnaire to understand Supplier capability and insights. The scope of this procurement includes steelwork for electrification specific applications as detailed in UKMS, UKMS 1, UKMS2, OLEMI and GEFF designs SCO: • Steelwork Foundation - Tubular Steel Piles • Structural Steelwork – In the forms of masts and spans (booms, portals and other structures spanning the track) to which OHLE is attached. • Small Part Steelwork uncontrolled – Components to enable OHLE equipment to be attached to the structures. • Small Part Steelwork controlled – Various clips and clamps used to secure items to the structures as well as supporting OHL Wire, these are often casted items. Products on this Lot require Product Acceptance (PA), NR can sponsor suppliers through this process. • Fixings – Electrification specific fixings and fasteners to secure the electrification structures.
£140,000,000
Contract value
This is a pre-market engagement exercise for the procurement of operational support services for the management of the Aggregate Handling Depots (AHDs) / Material Handling Depots (MHDs) . Network Rail has a requirement for the following: Provision of services such as:- - Hire of Labour - Hire of Plant and - Hire of other site requirements, such as the hire of various cabins. The contract dates entered below reference the deadline for the pre-market engagement exercise.
Value undisclosed
NOTE: This market consultation exercise is a repeat of that undertaken under the UCR regulations with slight modifications to the market consultation questionnaire. We would advise that all interested parties attend this event. Objective of the Procurement Network Rail is seeking to put in place a contract for the provision of helicopter services to deliver aerial survey work across its national infrastructure and estate. The contract will provide Network Rail with access to helicopter-based survey capability nationally, across its Regions, with service availability 365 days per year including an element of night flying. Background Network Rail has used helicopters to survey its assets and create aerial pictorial maps of the railway infrastructure since 2004. Currently, this capability is delivered by two helicopters, one covering Scotland and one covering England and Wales, with an estimated 1000 flight hours per year. Network Rail provides the Aerial Survey Specialists (referred to as ‘observers’ from this point forward) that accompany each flight to capture and process data specified by the Regions. Description of services requirements Aircraft Requirements and Availability Essential: • Helicopters must be available during the hours of 0700 to 1900 each day, 7 days per week. Each aircraft must meet the following minimum requirements: • Twin engine helicopter • Fully equipped for VFR and night capable flights • Fitted with a CAA approved mount capable of carrying the required camera/survey systems as specified in this notice, plus 1 x Network Rail observer and two other passengers (such as Network Rail engineers) • Flight following capability (Spidertrax or equivalent) to be made available to Network Rail • Able to fly a mission for a duration of three hours without needing to refuel • Able to mount screens and other equipment in the cabin – both fore and after The availability of aircraft must be achieved through: • The provision of a backup aircraft in the event of mechanical fault or scheduled maintenance • Access to additional aircraft may be required if the need arises (subcontracting shall be permitted) Desirable: • IFR capable platform Pilot Availability and Competence Profile Essential: • A minimum of two dedicated pilots shall be assigned to each aircraft • Pilots shall be trained to Commercial Air Transport (C.A.T) Standard, night rated and with a minimum of 2500 hours rotary wing flight time • Pilots shall be trained and familiar in flying infrastructure survey missions • Pilot competence shall be maintained by limiting rotation between Network Rail and other customers • Tasking schedules shall be set by Network Rail's observers and the supplier will be required to allocate a pilot for a daily mission that in general shall not exceed standard flight duty hours Desirable: • IFR rated pilot Sensors, Camera Equipment and Systems The supplier shall provide and maintain the following equipment: Essential: • System 1 - Thermal Multi Sensor System to include: HD Thermal Imaging sensors with Zoom capability, HD Visual Colour Cameras with Zoom capability, Laser Range Finder with Geo-lock capability, 6-axis or greater stabilisation, Augmentation with mapping. • System 2 - Gimbalised Stills camera system to include: HD Stills Camera System (min 50mp) with Zoom capability, 6-axis, or greater stabilisation. Desirable: • System 3 - Corona Discharge Multi Sensor System to include: HD UV Imaging sensors with Zoom capability, HD Thermal Imaging sensors with Zoom capability, HD Visual Colour Cameras with Zoom capability, HD Stills Camera System with Zoom capability, Laser Range Finder with Geo-lock capability, 4-axis or greater stabilisation, Augmentation with mapping. In addition to the above, the helicopter must also be able to accommodate Network Rail’s own bespoke MACs camera system. This is mounted on a standard meeker boom or equivalent. Training and Access to a Broadcast quality camera Training on a broadcast quality camera system for occasional use by the team for media filming of special events, major incidents, and major engineering work. Additional Requirements Personal Protective Equipment The supplier shall provide Network Rail’s observers with: • Fire retardant flight suits (a minimum of 2 suits per observer per annum) • Personal noise cancelling headsets with Bluetooth capability • Any additional PPE requested, for example ‘flying boots’ Information Technology The supplier shall provide Network Rail’s observers with: • Access to high-speed broadband connectivity (minimum 1Gbps to reach 5Gbps or better) • 1 x high spec laptop suitable for post processing of images (1 per aircraft) • 2 x high-speed memory storage devices for all systems (minimum of two per person, per system) Flight Bases and Facilities The supplier shall provide as a minimum but not limited to: • A base in Scotland to serve the Scotland Region and at least one base in England or Wales to serve the remaining Network Rail Regions • Dedicated and secure office accommodation at each aircraft’s home base to be furnished with a minimum of two desks and chairs • Access to rest rooms • A dedicated landline • Free on-site parking
£3,000,000
Contract value
NOTE: This market consultation exercise is a repeat of that undertaken under the UCR regulations with slight modifications to the market consultation questionnaire. We would advise that all interested parties attend this event. Objective of the Procurement Network Rail is seeking to put in place a contract for the provision of helicopter services to deliver aerial survey work across its national infrastructure and estate. The contract will provide Network Rail with access to helicopter-based survey capability nationally, across its Regions, with service availability 365 days per year including an element of night flying. Background Network Rail has used helicopters to survey its assets and create aerial pictorial maps of the railway infrastructure since 2004. Currently, this capability is delivered by two helicopters, one covering Scotland and one covering England and Wales, with an estimated 1000 flight hours per year. Network Rail provides the Aerial Survey Specialists (referred to as ‘observers’ from this point forward) that accompany each flight to capture and process data specified by the Regions. Description of services requirements Aircraft Requirements and Availability Essential: • Helicopters must be available during the hours of 0700 to 1900 each day, 7 days per week. Each aircraft must meet the following minimum requirements: • Twin engine helicopter • Fully equipped for VFR and night capable flights • Fitted with a CAA approved mount capable of carrying the required camera/survey systems as specified in this notice, plus 1 x Network Rail observer and two other passengers (such as Network Rail engineers) • Flight following capability (Spidertrax or equivalent) to be made available to Network Rail • Able to fly a mission for a duration of three hours without needing to refuel • Able to mount screens and other equipment in the cabin – both fore and after The availability of aircraft must be achieved through: • The provision of a backup aircraft in the event of mechanical fault or scheduled maintenance • Access to additional aircraft may be required if the need arises (subcontracting shall be permitted) Desirable: • IFR capable platform Pilot Availability and Competence Profile Essential: • A minimum of two dedicated pilots shall be assigned to each aircraft • Pilots shall be trained to Commercial Air Transport (C.A.T) Standard, night rated and with a minimum of 2500 hours rotary wing flight time • Pilots shall be trained and familiar in flying infrastructure survey missions • Pilot competence shall be maintained by limiting rotation between Network Rail and other customers • Tasking schedules shall be set by Network Rail's observers and the supplier will be required to allocate a pilot for a daily mission that in general shall not exceed standard flight duty hours Desirable: • IFR rated pilot Sensors, Camera Equipment and Systems The supplier shall provide and maintain the following equipment: Essential: • System 1 - Thermal Multi Sensor System to include: HD Thermal Imaging sensors with Zoom capability, HD Visual Colour Cameras with Zoom capability, Laser Range Finder with Geo-lock capability, 6-axis or greater stabilisation, Augmentation with mapping. • System 2 - Gimbalised Stills camera system to include: HD Stills Camera System (min 50mp) with Zoom capability, 6-axis, or greater stabilisation. Desirable: • System 3 - Corona Discharge Multi Sensor System to include: HD UV Imaging sensors with Zoom capability, HD Thermal Imaging sensors with Zoom capability, HD Visual Colour Cameras with Zoom capability, HD Stills Camera System with Zoom capability, Laser Range Finder with Geo-lock capability, 4-axis or greater stabilisation, Augmentation with mapping. In addition to the above, the helicopter must also be able to accommodate Network Rail’s own bespoke MACs camera system. This is mounted on a standard meeker boom or equivalent. Training and Access to a Broadcast quality camera Training on a broadcast quality camera system for occasional use by the team for media filming of special events, major incidents, and major engineering work. Additional Requirements Personal Protective Equipment The supplier shall provide Network Rail’s observers with: • Fire retardant flight suits (a minimum of 2 suits per observer per annum) • Personal noise cancelling headsets with Bluetooth capability • Any additional PPE requested, for example ‘flying boots’ Information Technology The supplier shall provide Network Rail’s observers with: • Access to high-speed broadband connectivity (minimum 1Gbps to reach 5Gbps or better) • 1 x high spec laptop suitable for post processing of images (1 per aircraft) • 2 x high-speed memory storage devices for all systems (minimum of two per person, per system) Flight Bases and Facilities The supplier shall provide as a minimum but not limited to: • A base in Scotland to serve the Scotland Region and at least one base in England or Wales to serve the remaining Network Rail Regions • Dedicated and secure office accommodation at each aircraft’s home base to be furnished with a minimum of two desks and chairs • Access to rest rooms • A dedicated landline • Free on-site parking
£3,000,000
Contract value
Network Rail is issuing this preliminary market engagement notice to better understand the current capabilities of the Supply market for Road Rail Vehicles. Network Rail Eastern Region is currently preparing to initiate a procurement process to establish a contract with a Supplier to replace up to 20 no. Road Rail Vehicle with Mobile Elevated Working Platforms and Drum Carrier Modules. The project requires the supply of a fleet of up to 20 x medium weight OHLE RRVs 13T – 18T fitted with modular systems, including a primary Mobile Elevated Work Platform (MEWP) and a secondary drum carrier module. These vehicles will be integral to overhead line maintenance operations and are designed to enhance the efficiency and reliability of Network Rail's current fleet.
£16,000,000
Contract value
The East Coast Digital Programme (ECDP) will bring implement the European Train Control System (ETCS) Level 2 and in-cab signalling via the Driver Machine Interface (DMI) onto the East Coast Main Line-South (ECML-S). Currently, there is no efficient method for managing millions of data lines generated weekly from the European Rail Traffic Management System (ERTMS) on the Northern City Line, and the rest of the East Coast and North & East regions as they are deployed. The target is to have a diagnostic capability in place to optimise ETCS operations, predict failures, and enhance performance. The development of the diagnostic capability is seen as vital to gain a deeper understanding of ETCS operations, including system behaviour, performance metrics, and underlying factors contributing to disruptions. It also provides the capability to predict and proactively address system failures. Note that the delivery stage of the project is subject to PACE (Project Acceleration in a Controlled Environment)
£500,000
Contract value
The East Coast Digital Programme (ECDP) will bring implement the European Train Control System (ETCS) Level 2 and in-cab signalling via the Driver Machine Interface (DMI) onto the East Coast Main Line-South (ECML-S). Currently, there is no efficient method for managing millions of data lines generated weekly from the European Rail Traffic Management System (ERTMS) on the Northern City Line, and the rest of the East Coast and North & East regions as they are deployed. The target is to have a diagnostic capability in place to optimise ETCS operations, predict failures, and enhance performance. The development of the diagnostic capability is seen as vital to gain a deeper understanding of ETCS operations, including system behaviour, performance metrics, and underlying factors contributing to disruptions. It also provides the capability to predict and proactively address system failures. Note that the delivery stage of the project is subject to PACE (Project Acceleration in a Controlled Environment)
£1,500,000
Contract value
Network Rail collects infrastructure monitoring data primarily from a fleet of dedicated infrastructure monitoring trains, commonly known as ‘the yellow fleet’. It is well recognised that the existing monitoring fleet is outdated, unpredictable, and ready for retirement. Our vision, as discussed in previous engagements, is to procure a comprehensive service that will replace the existing methods of collection, manage operations, and deliver the necessary output data to Network Rail. Network Rail is agnostic to the method of data collection and believes that, over time, this could evolve into a hybrid approach combining both train and non-train borne collection methods. We are particularly interested in understanding new and innovative non-train borne methods for monitoring railway infrastructure, both now and in the future. This could include, but is not limited to, railroad vehicles, drones, robots, and satellites. Innovation must be at the forefront of any solution we adopt as we aim to transform the way we collect and use data for infrastructure monitoring.
£1,200,000,000
Contract value
The purpose of this preliminary market engagement exercise is to identify de-icing products that might assist Network Rail in overcoming operational difficulties associated with the operation of third-rail traction systems during icy conditions. Electric railway vehicles that obtain their power through a DC third rail system rely on the quality of the electrical connection between the conductor rail and the train's pick-up shoe. In winter conditions, ice can form on the conductor rail degrading the quality of the electrical connection to such an extent that the trains are unable to function properly. Network Rail operates a winter treatment program on Southern, and North West and Central, Regions where anti-ice products are deployed on the conductor rail to help prevent ice build-up, thereby maintaining the required electrical connection. At present, Network Rail does not have a suitable de-icing product that can be deployed in the event of ice forming on the conductor rail and it is undertaking this preliminary market engagement exercise to identify products that might serve that purpose. The Procurement Documents can be downloaded from Network Rail's BravoNR sourcing platform via this link. https://networkrail.bravosolution.co.uk/web/login.html From the welcome screen, access the 'Current Opportunities' link and select #41208 – Preliminary market engagement exercise for de-icer product for third rail applications
£300,000
Contract value
This project is for a single partner to provide data centre infrastructure services (DCIS). The scope of the contract covers services needed to support NRIL’s data centre infrastructure hosted within data centers, LAN/Edge compute rooms and Cloud Platforms. It includes networks (LAN and WAN), platforms, mainframe, servers, specified applications including tools and services required to effectively operate the infrastructure.
£185,000,000
Contract value
This project is for a single partner to provide data centre infrastructure services (DCIS). The scope of the contract covers services needed to support NRIL’s data centre infrastructure hosted within data centers, LAN/Edge compute rooms and Cloud Platforms. It includes networks (LAN and WAN), platforms, mainframe, servers, specified applications including tools and services required to effectively operate the infrastructure.
£185,000,000
Contract value
Network Rail aims to enhance safety and efficiency for railway track workers, passengers, and the public by introducing technology that improves safety controls and work productivity. This involves using application-based technology to provide virtual briefings to staff involved in possession and worksite management via mobile devices. The goal is to increase productivity through extended track access times and streamlined communication, roles, and responsibilities in worksite management. Full scope available via 'Responding to this Notice' instructions.
£3,000,000
Contract value
Legacy lineside equipment housings (dating from the 1960s–2000s) on the GB rail network are experiencing increasing thermal stress due to hotter, longer summers and changing climate patterns. These housings were not designed for elevated ambient temperatures or prolonged thermal loads and are increasingly at risk of overheating, which may degrade the reliability or lifespan of the sensitive signalling and telecoms equipment inside. In Kent Route, there are over 5,000 and in Southern Region there are over 15,000 of these housings (also known as Location Cases), and nationally over 60,000. Network Rail is seeking passive thermal management solutions that can be retrofitted to existing housings without compromising security, structural integrity, or existing cable penetrations. Active cooling systems are not desirable due to power constraints, maintenance burden, and whole-life cost implications. Network Rail is keen to understand the products and innovation that exist in the market, and the capability of the supply chain to meet Network Rail’s requirements and help to deliver better public services and value for money Network Rail is looking initially for 100 housings to be retrofitted within Southern Region ready for summer 2026, then, if successful, increasing the fitments across the region year on year.
Value undisclosed
Network Rail is issuing this preliminary market engagement notice to better understand the current capabilities of the supply market for building services across Eastern Region. Currently, the Eastern Region uses various routes to market (including separate frameworks) to deliver Building Services, Fixed Depot Plant, and another for mechanical and electrical works at Kings Cross and St Pancras (Platforms A and B). Network Rail proposes consolidating these frameworks to streamline operations and eliminate duplication in delivering these services across the region. The proposed framework scope requirements are to provide mechanical and electrical (M&E) maintenance at locations throughout the Eastern Region that include: Supply Chain Operation Buildings, Maintenance Delivery Units(MDUs), Signal Boxes(SBs), Stations, Kings Cross Station, St Pancras Lower Level Platforms A and B, Light Maintenance Depots (LMDs) specialist train servicing plant and equipment.
£70,000,000
Contract value
To continue to enhance the safety environment for railway track workers, passengers and the public Network Rail need to introduce technology which enhances safety controls and enables work to be undertaken more efficiently. Through this Preliminary Market Engagement Notice, Network Rail would like to understand available, or significantly developed, solutions for track worker controlled secondary/additional protection that does not require trackside devices on the current network. This is assumed to require either an update or addition to an existing signalling control system or a control centre device that interfaces to the signalling control system. In either case, a connection would then be made to the track worker to allow them to apply and remove the additional protection using a remote device. The purpose of this Preliminary Market Engagement Notice is to allow Network Rail to understand: • What solutions to the problem statement are currently available? And/or potentially available soon. • What can the market offer? • Which systems would it work with? • What, if anything, would Network Rail need to change or adapt for successful implementation?
£1,000,000
Contract value
NR Training are seeking to understand suppliers’ interest and capability, with the supply chain, to provide competent, qualified and trained instructors to deliver newly developed Drainage and Lineside courses IAW the Document Drainage & Lineside Training Trainer Specifications. Trainer qualifications and experience would be required and is specified for each course and training requirements as per the Document Drainage & Lineside Training Trainer Specifications and NR/L2/CTM/202 (6.2.1 - Training competence of trainers)
£5,000,000
Contract value
This is a pre-market engagement exercise for the procurement of Under sleeper pads (USPs). Network Rail requires the following: Under sleeper pads (USPs) - USP is a resilient (often elastomeric) layer fixed to the underside of concrete sleepers during the casting process to provide vibration protection and/or preserve the ballast under the tracks and improve track stability. The contract dates entered below reference the deadline for the pre-market engagement exercise.
Value undisclosed
Showing 1–20 of 221 contracts