Loading page content…
Loading page content…
Loading contract search results…
40 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Homes England and Network Rail (the relevant landowning Network Rail entity being Network Rail Infrastructure Limited) (the Landowners) are seeking to appoint a development partner (single or consortium) (the Development Partner) with a proven track record who will work with them to deliver a transformational new vibrant mixed-use quarter of York City Centre, incorporating high quality public realm. Together they will deliver a highly sustainable development with the aim of increasing the wellbeing of existing and new residents, occupiers and visitors alike. The appointed Development Partner will share the Landowners' desire and enthusiasm to enhance and deliver the existing illustrative masterplan and outline planning consent and will have the commercial acumen, resource, management and development expertise to ensure successful delivery of the project. York Central (the York Central Site) is a once in a generation development opportunity for the City of York. In total the York Central Site, when redeveloped, will provide up to 2,500 homes, and c.800,000 sq ft of offices, retail and leisure, expansion of the National Railway Museum and provision for community uses, as defined within the outline planning permission Ref: 18/01884/OUTM. The Landowners have considered two potential options for structuring this scheme, including a traditional development agreement and a contractual joint venture (further set out in the procurement documents). However, the Landowners ultimately wish to adopt an approach which best delivers on their objectives and do not wish to prescribe one approach - Bidders will be invited to submit their own preferred option for structuring the scheme. There will be flexibility to allow for a conversion to a joint venture using a corporate structure at any time, including during the term of the contract (if agreed by the parties). Located directly behind York Railway Station, the York Central Site extends to 45 hectares (111 acres) and is majority owned by Network Rail and Homes England whilst also incorporating other land in third party ownership that falls within the boundary of the outline planning permission. The land potentially falling within the property to be made available for drawdown by the Development Partner (the Development Site) is primarily owned by the Landowners but also includes land owned by third parties (as described within the Development Brief available on ProContract). An outline planning permission for the mixed-use development was granted in 2019 and subsequently a reserved matters application was approved in 2020 for a significant first phase of infrastructure being delivered by the Landowners. The Landowners objectives are set out within the FTS notice and the suite of documents on ProContract. Additional information: The opportunity can be accessed via the Homes England eTendering system. Tenderers wishing to be considered for this contract must register their expression of interest and submit a tender through Homes Englands eTendering system. If not already registered, candidates must register at https://procontract.due-north.com/Advert?advertId=49d3b3b6-60f8-ec11-8116-005056b64545&fromRfxSummary=True&rfxId=e13c67fc-5ff8-ec11-8116-005056b64545 Homes England is committed to protecting the privacy and security of your personal data. The privacy notice aims to give you information on how Homes England collects and processes personal data provided to us, including information that you provide directly, and tell you about your rights and how the law protects you. Please refer to our Privacy Notice at https://www.gov.uk/government/organisations/homes-england/about/personal-information-charter for further information. If the Contract relates to asbestos removal Contractors must be licensed by the HSE and be members of the Asbestos Removal Contractors Association (ARCA). In addition to ARCA we also recognise ACAD (Asbestos Control & Abatement Division).
£1,170,000,000
Contract value
Homes England and Network Rail (the relevant landowning Network Rail entity being Network Rail Infrastructure Limited) (the Landowners) are seeking to appoint a development partner (single or consortium) (the Development Partner) with a proven track record who will work with them to deliver a transformational new vibrant mixed-use quarter of York City Centre, incorporating high quality public realm. Together they will deliver a highly sustainable development with the aim of increasing the wellbeing of existing and new residents, occupiers and visitors alike. The appointed Development Partner will share the Landowners’ desire and enthusiasm to enhance and deliver the existing illustrative masterplan and outline planning consent and will have the commercial acumen, resource, management and development expertise to ensure successful delivery of the project. York Central (the York Central Site) is a once in a generation development opportunity for the City of York. In total the York Central Site, when redeveloped, will provide up to 2,500 homes, and c.800,000 sq ft of offices, retail and leisure, expansion of the National Railway Museum and provision for community uses, as defined within the outline planning permission Ref: 18/01884/OUTM. The Landowners have considered two potential options for structuring this scheme, including a traditional development agreement and a contractual joint venture (further set out in the procurement documents). However, the Landowners ultimately wish to adopt an approach which best delivers on their objectives and do not wish to prescribe one approach – Bidders will be invited to submit their own preferred option for structuring the scheme. There will be flexibility to allow for a conversion to a joint venture using a corporate structure at any time, including during the term of the contract (if agreed by the parties).
£1,170,000,000
Contract value
A tender process to deliver Earthworks Examinations for CP7 Year 2 to identify, determine and record information to enable Network Rail to manage the safety and performance of the Earthwork in accordance with NR/L3/CIV/065. Examination of the following shall be carried out: Earthworks (as defined by NR/L3/CIV/065), Coastal and Estuarine Defences that are formed of earthworks. Outside Party Slopes, whose failure may impact on Network Rail infrastructure, where the outside party is unable to provide a satisfactory management policy for the slope, will be, so far as is lawful, be subject to a cyclical examination. The tender will be open to all bidders, however the winning bidder must be qualified under code C.C.3.1.2.5 Earthworks via RISQS (Railway Industry Standards Qualification Scheme) by the tender award date. If you are not registered under this code with RISQS by the tender award date, your submission will be invalidated and the contract will be awarded to the next most advantageous tender. The current estimated award date is August 2025. This is a high level overview and further scope details will be provided as PSQ.
£3,500,000
Contract value
Network Rail is committed to improving the built quality of its stations, premises and built infrastructure across the UK, principally through the early project adoption of clear quality guidelines illustrating best practice principles and providing benchmarked standards of good design. Networks Rail’s goal beyond this is to establish a legible and consistent NR design identity through standardised elements, materials, detailing and graphic language. Network Rail requires a Provider to provide comprehensive Wayfinding & Signage Design & Supply Services under a contract to ensure consistency, accessibility, and safety across the network. The services provided under this contract will support the efficient navigation of all station users, including passengers, staff, and other stakeholders, in line with the Network Rail Wayfinding Guidance Manual NR/GN/CIV/300/01 and Network Rail Assurance Wayfinding process NR/L2/CIV/150. The scope for this piece of work, which has been agreed with the project team, is: 1. Signage Design a) Design of all types of signage including but not limited to directional signs, information signs, safety signs, and regulatory signs. b) Compliance with Network Rail or Great British Railways branding and accessibility guidelines in accordance with the following standards: NR/L2/CIV/150 and NR/GN/CIV/300/01. c) Consideration of sustainability and environmental factors, ensuring materials and designs are durable, recyclable and generally suitable for the relevant location. d) Design compliant integration of digital and interactive signage where applicable. 2. Signage Supply & Installation a) Procurement and supply of signage materials in accordance with the agreed designs. b) Coordination of installation services, ensuring minimal disruption to operational activities. c) Rigid adherence to compliant to UK H&S legislation and NR H&S policy during the installation process. d) Quality assurance and post-installation checks to ensure correct placement and functionality. 3. Maintenance and Updates a) Provision of ongoing repair services. b) Regular audits and updates to reflect any changes in the environment or operational requirements. c) Responsiveness to ad-hoc requests for signage updates or replacements. 4. Compliance & Quality Assurance a) Ensuring all signage complies with NR/L2/CIV/150 and NR/GN/CIV/300/01, as well as other relevant legal and regulatory standards. b) Regular review and reporting on compliance with Network Rail’s wayfinding and signage policies. c) Implementation of quality control processes to ensure the highest standards of design, supply, and installation. d) Adherence to all Health & Safety requirements for personnel involved in the design, fabrication and installation of signage and wayfinding systems for Network Rail.
£4,500,000
Contract value
Network Rail (NR) has a requirement to re-tender the contract for the Claims Handling and Litigation Services, which covers the following areas: i. Claims administration (logging, portal management, investigation, liability assessment, resolution). ii. Compliance with Statutory Limitation periods and legal timeframes. iii. Litigation support for complex claims. iv. Digital claims management and data analytics. v. Regular performance reporting and audits. Further details are set out in Appendix E - Specification.
£7,500,000
Contract value
Provision of a Thunderbird Incident Response Locomotive Service for Network Rail's Easern Region to be based at Newark Northgate Sidings.
£10,800,000
Contract value
This procurement is for the collection, overhaul, and delivery of approximately 2,500 wheelsets per year across Network Rail’s fleet. It will be delivered under a multi-supplier, zero-value framework agreement structured into five lots based on operational groupings and technical complexity. The scope includes overhaul of wheelsets and subcomponents (e.g. axles, bearings, brake discs, gearboxes) in accordance with Network Rail technical specifications. The framework will be governed by the NR13(E) Framework Agreement and NR18(S) PO Conditions, with call-offs issued via Purchase Orders.
£30,900,000
Contract value
Network Rail is responsible for maintaining the UK’s railway infrastructure and has a requirement to buy a range of Cable and Wire products for use on its infrastructure. Most of the Goods required for this contract will be used by internal customers: • Maintenance including Works Delivery, Network Rail’s team responsible for maintaining railway infrastructure and Works Delivery, Network Rail’s team responsible for enhancements and renewals of minor works packages. • Overhead Condition Renewals (OCR), Network Rail’s team that specialise in OLE renewal works. • Projects, all located in the UK. Projects are specific programmes of work that are either enhancement or renewals of the railway infrastructure. Projects are delivered by their party contractors working alongside Network Rail’s Capital Delivery Teams The contract term for all lots shall be for an initial four (4) year period. At Network Rail’s discretion this may be extended for up to two further two (2) year periods, a maximum total term of eight (8) years This procurement is broken into 7 lots. Potential Suppliers may bid for any or all lots, and a maximum of three suppliers shall be awarded a contract for each lot. Suppliers ranked first, second or third in a lot shall be admitted to the framework and awarded a contract for that lot. Suppliers may be awarded a contract for any or all lots that they submit a bid for.
£146,000,000
Contract value
Network Rail has a requirement to purchase a range of steel products that are used to support Overhead Line Equipment (OLE). The scope of this procurement includes steelwork for electrification specific applications as detailed in UKMS, UKMS 1, UKMS2, OLEMI and GEFF designs: • Lot 1 Steel Piles - Tubular steel piles used for foundations. • Lot 2 Steel Structures - In the forms of masts and spans (booms, portals and other structures spanning the track) to which OHLE is attached. • Lot 3 Small Part Steel Uncontrolled - Components to enable OHLE equipment to be attached to the structures. • Lot 4 Small Part Steel 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. • Lot 5 Fixings - Electrification specific fixings and fasteners to secure the electrification structures. The proposed Framework(s) will be for an initial period of 6 years, with options to extend for a further two year period. Participants that are interested in Supplying Lot 1 Steel Piles and Lot 2 Steel Structures will be required to have capacity to purchase and store steel raw materials on behalf of Network Rail, and agree to the provision fo a Vesting Certificate (a copy of which is contained in the Procurement Documents).
£240,000,000
Contract value
Network Rail plans to establish a multi-supplier framework agreement for the provision of Data Loggers, Ancillary Equipment, and Associated Services (DLAE&AS). This agreement covers the supply of commercial off-the-shelf (COTS) data logging hardware, ancillary equipment necessary for the installation and operation of data loggers, and relevant services. Suppliers will be expected to: • Supply data logging hardware and ancillary equipment that meets Network Rail's product specification, including: ○ Capable of monitoring various railway infrastructure assets ○ Compatible with Network Rail's RADAR platform ○ Compliant with all relevant standards and specifications ○ Achieve Network Rail Product Acceptance • Provide relevant services, including but not limited to product lifecycle management, security, hardware and firmware updates, repair, and technical support. • Provide adaptable delivery options and comprehensive warranty solutions. • Collaborate with Network Rail and other suppliers, where required, to proactively drive ongoing efficiency, performance, product improvements, and innovation, in alignment with Network Rail’s future ambitions. This includes, but is not limited to, mitigating technology lock-in and enabling the integration and standardisation of best-in-class solutions through change control, where appropriate. Out of scope: Analysis of data obtained from data logging hardware. Event monitoring data loggers.
£55,700,000
Contract value
This procurement is for the operational support services for Aggregate Handling Depots (AHDs) and 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. It will be a single supplier, zero value framework agreement and the requirements will NOT be split into lots. The framework will be governed by the combination of NR13(D), NR6(MT) framework agreements and NR1 terms and conditions.
£7,955,000
Contract value
Network Rail is seeking to appoint a single supplier to deliver comprehensive fire safety systems and Voice Alarm/Public Address (VAPA) system maintenance, reactive repairs, and installation services across 16 managed stations in England. The scope of the contract includes but not limited to: Planned Preventative Maintenance (PPM): Regular inspection, testing, servicing, and certification of all fire safety and VAPA systems, including fire alarms, detection devices, visual alarms, manual call points, aspirating smoke detection, public address equipment, amplifiers, microphones, battery backup systems, and suppression systems. The supplier will be responsible for ensuring all systems remain compliant with relevant legislation and standards. Reactive Maintenance: Rapid response to faults, breakdowns, and emergency call-outs, including fault diagnosis, repairs, and restoration of system functionality. The supplier must meet agreed service levels for response and resolution times, and provide 24/7 helpdesk support for all managed stations. Project Works: Installation, upgrade, and commissioning of new fire safety and VAPA systems, including system replacements, enhancements, and integration with existing infrastructure. The supplier will manage all aspects of project delivery, from design and procurement to installation, testing, and handover. Asset Data Management: Collection, maintenance, and reporting of asset data for all fire safety and VAPA systems, ensuring accurate records are maintained and updated on Network Rail’s Citadel system. This includes uploading maintenance and reactive records, updating system schematics, and supporting compliance audits. Compliance and Technical Assurance: Delivery of services in accordance with the Fire Safety Regulatory Reform Order (2005), Network Rail standards, and all relevant statutory and industry requirements. The supplier must hold or obtain all necessary certifications and accreditations for the systems and disciplines covered by the contract. Social Value and Workforce: The supplier is expected to support skills development and local employment through apprenticeship placements and workforce engagement, and to comply with TUPE regulations for any eligible incumbent staff.
£18,780,000
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.
£185,300,000
Contract value
Network Rail (“the Authority”) is procuring an end to end Infrastructure Monitoring (IM) solution to replace its life expired dedicated IM fleet and assure the safe, reliable and efficient operation of the Great Britain rail network. The supplier will provide, operate and maintain the assets, systems and services necessary to capture, process, assure and deliver all required IM data streams to Network Rail’s Enterprise Data Platform, in accordance with relevant Measurement Standards and IM Data Specifications, so that the Authority receives the right data, in full and on time, for use by end customers across Regions and Routes. The solution may combine dedicated IM rolling stock, in service monitoring (on timetabled passenger or freight services) and, where appropriate on a cost–benefit basis, non train borne methods (e.g., Road-Rail Vehicle (RRV)), provided all applicable law, policy and standards are met. The supplier will act as Entity in Charge of Maintenance (ECM), manage obsolescence, ensure approvals for operation on the British network, and deliver services against a jointly maintained Joint Operating Plan. Network Rail will not purchase or own the solution assets. Core scope of services and outputs • Data capture & delivery: Provision of 18 IM data streams to the Authority’s defined structures/formats (open, non proprietary) and timelines, including urgent reporting for safety critical findings. Data assurance (including ISO 8000 aligned data quality regime), secure handling/retention, and transmission (default use of Network Rail telecoms where suitable) are in scope. • Operations: Plan, crew and run IM activities in accordance with the Joint Operating Plan (dedicated paths arranged by Network Rail; in service paths orchestrated by the supplier with the relevant TOC/FOC). The solution must minimise non recording mileage and timetable capacity consumption (e.g., by operating closer to line speed) and be resilient to disruption (e.g., recovery runs to protect maximum measurement intervals). • Maintenance & reliability: Provide serviceable, compliant, calibrated assets/systems designed for reliability, maintainability and ease of operation; hold/maintain necessary licenses/approvals (including ORR requirements) and product acceptance; manage spares, calibration, and certification. • Continuous improvement & innovation: Deliver ongoing efficiency/performance improvements and proactively stimulate market innovation against Network Rail’s future ambitions, using open architectures that mitigate vendor/technology lock in and enable integration of best of breed systems via change control where approved. • Performance management: Meet a KPI regime covering service reliability, on time delivery, completion rate, data compliance, data quality, user satisfaction, continuous improvement, innovation, social value, safety, and environment/sustainability. • Mobilisation & transition: Mobilise new solution per tendered plan; as capabilities enter service, Network Rail will decommission the current IM fleet. Supplier support may be requested for advice during transition. Minimum data streams in scope • Rail flaw detection. • Rail depth. • Rail surface crack. • Rail profile (wear). • Track bed condition (e.g., ballast depth/fouling). • Structure gauging. • Platform gauging. • Track intervals (six foot gauging). • Ballast profile. • Track geometry. • Track imagery (shoulder to shoulder). • Automated track inspection. • Static OLE geometry. • OLE contact wire wear. • Conductor rail geometry. • Conductor rail wear. • Forward facing imagery. • Communications networks signal strength (e.g., GSM R, public mobile). Standards, compliance and constraints Data streams must meet the relevant Measurement Standards and Data Specifications (e.g., NR/L2/TRK series, NR/L2/ELP/27325, NR/L2/TRK/3204, NR/L2/TRK/038, etc.), with delivery frequencies adhering to nominal and maximum intervals defined per track section in the Baseline Coverage Requirements. The solution must comply with applicable law and Railway Group Standards, data protection/security requirements, and environmental/sustainability obligations; emissions reduction (e.g., electric where feasible, electro diesel where necessary) is expected. Out of scope Analysis of data beyond the IM Data Specifications, and the operation, maintenance and disposal of the existing IM fleet.
£1,500,000,000
Contract value
Network Rail is seeking to appoint a suitably qualified and experienced architectural practice to lead the design and planning application for the redevelopment of Oxford Station and its surrounding area. This commission forms a critical part of the Oxford Station Masterplan, which aims to deliver a new vision for the station environment, supporting Oxford’s growth as a national rail hub and global innovation centre. Scope of Services: • Masterplanning: Develop and evolve previous scheme proposals to create a new, mixed-use masterplan that maximises value, integrates operational railway requirements, and aligns with Oxford City’s development and regeneration aspirations. • Design Leadership: Act as lead architect for the masterplan, coordinating with specialist consultants and stakeholders to deliver a comprehensive design solution, including station entrances, public realm, multi-storey car park, cycle hub, offices, life sciences, hotel, and residential elements. • Planning Application: Prepare and submit a detailed planning application for Phase 1, including all necessary supporting documents, reports, and stakeholder engagement as required by the local planning authority. • Stakeholder Engagement: Collaborate with Oxford City Council, Oxfordshire County Council, Network Rail, train operating companies, and other key stakeholders throughout the design and planning process. • Sustainability: Embed best practice in environmental, social, and governance (ESG) objectives, targeting high levels of certification (e.g., BREEAM, WELL, NABERS, BNG, embodied carbon). Key Deliverables: • A new illustrative masterplan for the Oxford Station area, including phasing and delivery strategy. • RIBA Stage 2+ design report for the first phase of development. • Full planning application for Phase 1, including all required technical and supporting documentation. • Coordination and integration of specialist inputs (e.g., transport, sustainability, heritage, engineering). • Ongoing design and technical support through the planning determination period. The contract will be let under the NR26 NEC4 Professional Service Short Contract (PSSC). The scope of this procurement covers the development of the Oxford Station Masterplan and the delivery of a detailed planning application for Phase 1. Phase 2 services are entirely optional and may not be instructed. Any extension to include Phase 2 will be subject to separate approval and explicit instruction by Network Rail. The estimated total value stated in this notice is inclusive of both Phase 1 and the optional Phase 2. The initial contract will be awarded for Phase 1 only, with any extension to include Phase 2 subject to formal instruction by Network Rail. Full details of the scope, deliverables, and requirements are provided in the procurement documents within the tender Pack.
£1,900,000
Contract value
Network Rail is issuing this tender notice 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 successful supplier(s) will be responsible for the implementation, operation, and ongoing support of a Training Learner System to serve approximately 120,000 users, including 43,000 internal and 80,000 external users. This new platform will replace the existing learning systems and will introduce enhanced capabilities to support the organisation and the wider rail industry. The platform must deliver for both internal and external stakeholders, ensuring seamless learning experiences at scale. Additionally, the solution must support a content library accessible to 5,000 users and provide monetisation options for industry partners. Key deliverables include: • Deployment of a learning system within NR’s IT environment, ensuring security and scalability. We understand that the market has converged to some extent with respect to the distinctions between learning management systems and learning experience platforms, so we are deliberately agnostic in our terminology. • Seamless and engaging learning experiences for all users, supporting diverse learning needs. Diversity of learning needs includes different learner abilities, different learning environments, and different accessibility requirements. • Ensure that the new system can function at peak capacity with maximum number of concurrent users that the system can realistically sustain before requests per minute start to decline and response time starts to increase. • Tenancy, instances, permissions, and access for rail industry partners, offering access to standardised or bespoke training content with built-in charging mechanisms. • Access to diverse content libraries, enabling professional and personal development. This includes (but is not limited to) professional development material, soft skills development, technology, project management and leadership skills. • Existing bespoke content migration, transferring over 1,000 eLearning materials to the new system. We expect the supplier to provide a content library and complete a mapping/triage exercise against existing content. • A centralised catalogue of all Network Rail training offerings, including content libraries, bespoke digital learning, facilitated courses, innovation (e.g. digital simulations, VR). • Effective in-platform communication channels to engage and support learners. Network Rail are open to exploring different in-platform communication features, but expect the whole suite of market norms to be available for consideration (e.g. in-platform communication, between platform communication such as email/teams, push notifications to mobile devices). • Data insights, leveraging statistical and predictive modelling for decision-making. We seek a view from the market as to the ‘art of the possible’ that can be deployed out of the box and what can be developed over time. • Systematic use of permissions, automation, and workflows (which could include AI) to minimise process and content duplication, and to surface content to learners that is relevant, customised, and personalised. • Implementation and suitable change management to deploy the system within Network Rail technical, procedural and people environment. Implementation should be supported by best practice and lessons learned from other client projects to embed the system and ensure adoption. • Effective training, upskilling and handover for internal support teams so they can confidently support the business. • An intuitive and modern user interface, serving as a dynamic platform for learning content. • Personalised or customised learning pathways, tailored to individual user needs through data-driven recommendations. • The system should support the delivery, booking, administration, tracking and scheduling for inperson and virtual training events using off the shelf capabilities. This initiative will not only replace the existing technology but also introduce new capabilities to enhance learning accessibility, engagement, and efficiency across the organisation and its partners.
£15,700,000
Contract value
Civils examinations within Network Rail refer to the inspection, examination and reporting of structural assets to ensure the safety, reliability, and longevity of railway infrastructure. These examinations help identify defects, monitor structural integrity, and determine necessary maintenance or repair works to prevent failures and ensure continued safe operation of the rail network. The framework’s scope, which will cover critical infrastructure, including bridges, culverts, retaining walls, coastal and estuary defences, underwater structures, and tunnels. Please note the estimated spend under this framework is £113,000,000.00 Excluding VAT over the 8 year period of the framework. The value of the notice is £136,000,000.00 excluding to allow fo an unexpected spend which may be required through the framework. All spend is estimated and may vary depending on demand and requirements.
£136,000,000
Contract value
Network Rail is intending to issue a tender for Building Materials and Electrical Components. The framework will enable Network Rail to procure Building Materials and Electrical Components across the country. The contract term for all lots shall be for an initial three (3) year period. At Network Rail's discretion this may be extended for up to two further two (2) year periods, a maximum total term of five (5) years. This procurement is broken into 2 Lots. Potential Suppliers may bid for one or all Lots, and a maximum of three suppliers shall be awarded a contract for each Lot. Suppliers ranked first, second or third in a Lot shall be admitted to the framework and awarded a contract for that Lot. Suppliers may be awarded a contract for one or all Lots that they submit a bid for. PIN notice was published under UCR ocds-h6vhtk-04730f
£97,500,000
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.
£14,000,000
Contract value