Loading page content…
Loading page content…
108 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Network Rail (NR) owns, operates and develops Britain’s railway infrastructure. That is 20,000 miles of track, 30,000 bridges, tunnels and viaducts and the thousands of signals, level crossings and stations. We manage 20 of the UK's largest stations while all the others, over 2,500, are managed by the country’s train operating companies. NR are undertaking a Decarbonisation/ Energy Efficiency Programme across a range of assets in all UK Regions. This project is part of the Decarbonisation Programme aimed at supporting NR to meet its targets for zero carbon emissions as part of the Government’s Road to Zero strategy. The NR Targets • Net Zero by 2050 (2045 in Scotland) – Government declared Climate Emergency • 40% Carbon reduction in the next five years. To help meet these targets NR aim to set up a framework agreement with electricity distributors network suppliers. NR has a large portfolio of sites that will require various power capacity upgrades or connections to achieve its net zero targets. Feasibility studies are currently being carried out and various sites have been identified which may require an upgrade to accommodate the additional power requirements for charging EV vehicles, transition from gas use to electric or to enable the connection of renewables. Works will be procured on a site-by-site basis. Detailed documents indicating the extent of the Works, performance requirements and technical standards for each call off will be developed by NR Engineers. Our objective is to establish a framework with suppliers capable of delivering contestable works across the electricity distribution network for the delivery of power upgrades in line with NR project management governance, namely PACE phases 2-4 (delivery programme). Interested suppliers should register at https://networkrail.bravosolution.co.uk/ and register an interest in pqq_3400 and itt_16662. Suppliers must register for both PQQ and ITT and respond to both.
£45,000,000
Contract value
NR and ORR and undertaking an Occasional joint procurement to create the CP7 The Independent Reporter Services framework, which sets the criteria for a supplier to be qualified to bid to undertake an Independent Reporter review as an Independent Reporter. When responding to the tender for the Independent Reporter Services framework, suppliers will indicate which Lots they are applying to be an Independent Reporter for. Each Independent Reporter review will be allocated to the most appropriate Lot (as determined by ORR) and only those Independent Reporters qualified to bid for contracts under that Lot will be eligible to undertake the review. Each lot will contain a minimum of one and a maximum of three Independent Reporters who are qualified to bid for contracts within the Lot. The lots available are: 1. Analytical Support 2. Programme, project, and cost management & consultancy 3. Asset management and engineering & environmental matters 4. Railway operations and performance management 5. Efficiency and financial reporting Independent Reporters may be commissioned to look at any part of Network Rail’s regulated activities. It is expected all suppliers in each Lot will have the capability and expertise to undertake any work reasonably assigned to the Lot and it is a requirement this capability is retained throughout the contract period.
£9,800,000
Contract value
Network Rail Infrastructure Ltd (NR) intends to select four suppliers 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 which is identified and illustrated within the tender documentation. 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 framework will be awarded through a single lot. 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 process for allocating projects is set out in the tender documentation. 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 (as set out in the DDPF). 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 that are defined in the tender documentation. 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. There will be an opportunity to comment on the contractual documentation. NR will determine which, if any, changes should result in revisions to the DDPF based on the objective merit of the proposed changes. Further detail is set out in the Instructions to Participants. The contractual documentation will not be subject to negotiation. The negotiations will relate to the commercial element only. Participants will have an opportunity to update their tenders following negotiations. Initial Tenders will be evaluated but feedback will not be shared with participants. Only feedback on Final Tenders will be shared. To aid the supply chain in responding to the tender when it is released, NR has planned a tender launch briefing on 7 June 2024 at 3pm (GMT) on MS Teams. If you would like to attend the virtual briefing, please see section ‘VI.3) Additional information’ for further details on how to register. The procurement event, pre-qualification questionnaire (pqq_3272) and associated tender documentation is intended for publication on the same day (7 June 2024) which will be confirmed at the tender launch briefing.
£300,000,000
Contract value
Network Rail are looking to award a framework to provide independent commercial & procurement (C&P) assurance services to support the commercial & procurement assurance teams across Network Rail.
£2,000,000
Contract value
This Contract Notice relates to F01: Prior information notice (prior information only) Notice reference: 2024/S 000-003733 Published 5 February 2024, 3:46pm. Network Rail currently has a national Framework Agreement for the provision of Track Bed Investigations which will be re-tendered to satisfy business needs. The framework scope will include standard and deep track bed investigations, concrete coring and various drainage surveys, which are used for the design and specification of the trackbed for track renewals. The framework will be specific to the Engineering Services Design Delivery function in Network Rail. The workbank comes from client teams in the Network Rail regions who will call-off from the framework when track bed investigations are required. Due to the work-related nature of these activities, the framework terms & conditions will be based on the NR29 Framework Contract for Network Rail Amended NEC4 Engineering and Construction Short Contract. The framework will run for an initial period of five years, and Network Rail will have the option to extend for two further one-year periods, providing the flexibility for a five, six or seven year framework duration. The tender will be split into two lots as follows; lot 1 will be for track bed investigations in England & Wales, and lot 2 will be for those in Scotland. Based on historic usage we estimate that lot 1 will account for approximately 90% of demand and lot 2 the remaining 10%. No more than one supplier will be awarded a framework for each lot, however one supplier could win both lots, or two suppliers could win a lot each. Network Rail will undertake a pre-qualification stage which will down select to a shortlist of Candidates that shall be invited to tender. If you would like to take part in this Procurement Event then please send an email referencing this Contract Notice to philip.hunt@networkrail.co.uk no later than 12:00 on Friday 26th July 2024. The Pre-Qualification Questionnaire, which will contain all of the Procurement Documents, is being finalised and will be issued as soon as possible in the week commencing 22/07/2024 to any candidate that requests participation prior to the deadline as above, and you can start working on this upon receipt. A summary of key timeline events is as follows: Deadline to respond to this Contract Notice - 12:00 26/07/2024 Deadline to respond to the Pre Qualification Questionnaire (PQQ) - 06/09/2024 Invitation to Tender (ITT) issue date - 28/11/2024 Deadline to respond to ITT - 23/01/2025 Contract Award Decision - 12/06/2025 Contract Commencement - 17/07/2025
£45,000,000
Contract value
Network Rail has the requirement for the supply of concrete bearers, used in specific S&C layouts and for maintenance. This procurement activity is for the supply of concrete bearers and any associated components listed within the associated pricing documents provided as part of this procurement event. Network Rail requires a supplier to meet strict lead-times and the ability to re-work urgent requirements within time critical periods. Network Rail is seeking suppliers to build a collaborative relationship with, to deliver safety critical components to the railway. 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 'View Current Opportunities' link and select: Project Title #29649 - Concrete Bearers pqq_3339 - Concrete Bearers
£134,000,000
Contract value
Network Rail Wales & Western region is seeking to procure a new framework which replaces its existing commercial services framework. The new Contract Management Services framework is proposed to operate with 2 suppliers, one for each lot as outlined below. Lot 1 Portfolio Supplier would cover multi-discipline professional services for all aspects of pre & post commercial, project management, programme controls, planning, and risk disciplines. Lot 2 Specialist Supplier would cover professional services for, but not limited to, claims management, forensic investigation & analysis, and auditing scopes. Small Medium Enterprises (SME) are preferred for this Lot. The new framework will be run for an initial three year period, it may be extended further by 2 x 1 year increments. The new framework is anticipated to go live by 1st May 2025 (unless otherwise stated) and will be a zero value commitment framework. Candidates cannot apply for both Lots; Candidates may apply for one lot only.
£20,000,000
Contract value
Network Rail is undertaking a Decarbonisation and Energy Efficiency Programme across a wide range of built assets in all UK regions. This project is part of Network Rail’s commitment to the Government’s Road to Zero strategy, aiming to achieve zero carbon emissions through the transition to cleaner and more sustainable energy sources. The programme supports Network Rail’s overarching Environmental Sustainability Strategy, which outlines our targets to reduce carbon and energy consumption across all operations. As one of the largest electricity consumers in the UK, Network Rail has set ambitious targets to decarbonise both traction and non-traction electricity consumption. This will be achieved, in part, through Power Purchase Agreements (PPAs) that stabilise electricity costs, provide long-term financial resilience, and directly contribute to our decarbonisation goals. The scope of this procurement event focuses on the implementation of a Charge Point Management System (CPMS) that will underpin Network Rail’s electric vehicle (EV) infrastructure across its sites. The CPMS will play a critical role in supporting Network Rail’s sustainability objectives by ensuring the efficient management, monitoring, and optimisation of the electric vehicle charging infrastructure. This will contribute to the broader decarbonisation efforts and the transition towards energy-efficient operations. The system to be procured must integrate seamlessly with existing infrastructure, provide real-time data on performance and usage, enable smart charging capabilities to optimise energy consumption, and support billing and payment processes. Furthermore, the CPMS must be scalable to accommodate future expansion, supporting Network Rail’s target to manage up to 10,000 charge points within the next five years. The key objectives of the CPMS procurement include: • Management and scalability: The system must manage an existing network of 200 charge points, with the capacity to scale to over 3,000 charge points in the first two years and up to 10,000 charge points within five years. • Regulatory compliance: The CPMS must ensure full compliance with all relevant regulatory standards, including data security and GDPR. • Operational efficiency: The system must include advanced features such as smart charging, dynamic load management, and predictive maintenance to optimise performance and reduce costs. • Reporting and analytics: The CPMS must offer comprehensive reporting and analytics tools to enable data-driven decision-making and performance monitoring. • User satisfaction: The system should feature an intuitive, user-friendly interface and be supported by robust training and ongoing technical support to ensure high user satisfaction. • Sustainability integration: The system should support Network Rail’s sustainability goals by incorporating renewable energy sources and enabling advanced energy management features. • Seamless roaming capabilities: The CPMS must facilitate seamless roaming, allowing users to access various charging networks and integrate with public charging infrastructure. This procurement is key to supporting Network Rail’s environmental strategy, improving operational efficiency, and achieving long-term carbon reduction targets.
£8,500,000
Contract value
Delivery of Added Value Activity training, involving a weeks residential for Network Rail's apprenticeship scheme. Cohorts of apprentices are to attend a five (5) day / four (4) night residential week which includes outdoor adventurous activity. An intense action-cantered, challenging, and adventurous Programme that will create an ideal learning environment to explore capabilities applicable to NR.
£1,731,400
Contract value
The Procurement Event seeks to establish a framework for the provision of Property Construction activities across Network Rail's Regions. The anticipated works covered by this framework will encompass a wide range of construction projects, including, but not limited to, the renovation and refurbishment of existing commercial and industrial properties and the construction of new properties across Network Rail’s estate. The geographic coverage of the lots offered will align with Network Rail’s Regions. Regions will be covered by two lots (with the exception of Network Rail’s Southern Region), a Lot covering work on Network Rail’s infrastructure, requiring the provider to hold a Principal Contractors License (PCL) (as defined in Network Rail Standard NR/OHS/L2/00130 ‘Creating a Site of Work Segregated from the Railway’) and a Lot covering work in the ‘high street’ environment (as defined in Network Rail Standard NR/L3/OHS/005 ‘Design and Construction in a High Street Environment’). Suppliers may win lots in different Regions; however, a supplier can not be awarded both the Network Rail Infrastructure and high street environment lots within a Region
£225,623,080
Contract value
The requirement is for an independent consultancy service who can provide independent reviewers to join an established assurance activity (Network Rail Peer Reviews and other assurance reviews) as part of a team to undertake an in-person review of various projects and programmes in the Network Rail Capital Investment and Delivery Portfolio and / or industrywide challenges. The Independent Reviewers will assist the Rail Investment Centre of Excellence assurance team with ‘Project Reset’ and industrywide reviews for Network Rail. This will help Network Rail to improve the quality of the assurance reviews (including Peer Reviews) and processes to increase confidence with Department for Transport (DfT), His Majesty Treasury (HMT), reduce scheme costs and ensure Value for Money.
Value undisclosed
Network Rail is seeking to put a framework agreement in place for the supply of Isolation and Associated Services to: Lot 1: Eastern Region Lot 2: North West and Central Region Lot 3: Wales and Western Region The framework will be available for any Network Rail (NR) national function to use. This sourcing activity will provide Network Rail with a comprehensive call-off isolation and construction services for 25kV AC, 750V DC, and 1500V DC Overhead Line (OLE) and 3rd and 4th rail DC conductor rail equipment (CRE) systems within the Service Areas covered by the regions listed above. The framework agreement will be awarded to up to: Lot 1: Eastern Region (12 suppliers) Lot 2: North West and Central Region (9 suppliers) Lot 3: Wales and Western Region (6 suppliers) Suppliers may be awarded a place on the framework for more than one Lot. Call-off orders under the framework will be placed via the Electronic Purchase Orders System and could comprise of professional services, technical solutions, labour, and tools and equipment to deliver planning, design, delivery, hand back and maintenance in relation to isolation and construction services as outlined in the applicable standards in the tender documentation. Please contact Suzanne.hall@networkrail.co.uk for further information.
£376,000,000
Contract value
The provision of services is to inspect, flush and remove any sludge, ballast or other waste contained within catch pits, pipes and drains (on-track) by means of high-capacity vacuum and high-pressure water jetting equipment. The supplier will be required to: • Provide labour, equipment and rail-borne machines to flush drains and extract waste. • Undertake minor repairs • Undertake site surveys prior to commencement of work, including the use of CCTV • Identify any protected species that may be in situ, identify any flood risk and the potential discharge to ground, coastal or surface waters • Removal / disposal of waste through appropriate licensed waste disposal processes, including testing for contaminants • Provision of drainage system photographs and diagrams to demonstrate the work undertaken in preparation for future maintenance activities Full details can be found in the tender documents.
Value undisclosed
Introduction/Description This Prior Information Notice (PIN) is issued to inform potential suppliers of the forthcoming procurement for Claims Handling and Litigation Services. The purpose is to give early notification and engage with the market prior to the formal procurement process. Network Rail is striving to deliver a simpler, better, greener railway, as the industry transitions towards GBR (Great British Railways). Network Rail require a one-stop shop whereby both claims handling and litigation services are provided, however, the tendered model could involve a provider who can provide both claims handling and litigation services (firm of solicitors), or alternatively a TPA (third party administrator) dealing with the claims handling, teaming up with a provider of litigation services. The Scope of Services Network Rail operates a devolved model whereby the organisation is divided into 5 regions – Wales & Western, Southern, North-western Central, Scotland and Eastern. However, the tender will not be split into lots for each region, therefore the successful tenderer will need to be able to provide national coverage, as the contract award will go to just a single tenderer, with there being no panel structure in place. The services will cover: · Claims management for insurance and non-insurance claims · Litigation services, including pre-litigation investigations, dispute resolution and representation · Legal advisory services related to claims · Administrative support and reporting associated with claims handling The anticipated services will include (but not limited to): · Public Liability claims, · Property Owners Liability claims; and · Employers Liability claims · third-party property damage claims · personal injury claims · first-party property damage recoveries · litigation services
Value undisclosed
Network Rail is inviting tenders for the provision of a comprehensive Employee Assistance Programme (EAP) (Lot 1) and Work Focused Psychological Services (Lot 2) as part of its ongoing commitment to employee health and wellbeing. These services will support Network Rail’s vision of sustainable health during Control Period 7 (1 April 2024 – 31 March 2029). The initiative aims to provide accessible, confidential resources to help employees manage personal and work-related challenges, enhancing productivity, engagement, and workplace satisfaction. The successful provider(s) will deliver services that align with Network Rail’s Occupational Health, Hygiene, and Wellbeing Strategy, fostering a positive, inclusive workplace culture while complementing existing initiatives. Further information is available on our website: www.networkrail.co.uk.
Value undisclosed
Network Rail is intending to appoint a single contractor for the detailed design & build of a new multi-storey car park (MSCP) at York Central. The project will replace surface level parking with 626 space MSCP with an additional 10 surface parking blue badge spaces adjacent to the north of the MSCP building as well as 32 EV charging points located on the top decks of the MSCP. The site is located in the city of York. It is the existing station surface level long-stay car park. Please contact luisa.wain@networkrail.co.uk for further information.
£14,000,000
Contract value
The Transpennine Route Upgrade Programme (TRU) has a requirement for a Programme Partner to support the Employer in the management and the delivery of the TRU Programme working across support services and functions within the PMO as well as the TRU delivery projects. The Programme Partner will collaborate with the Employer to form a seamless and high performing, integrated Programme delivery team. This integrated team will work together to manage the delivery of the Programme. The Programme Partner and the Employer will have common aims and objectives and will work to a common management plan to enable the successful delivery of the Programme.
£100,000,000
Contract value
Network Rail is undertaking a Decarbonisation and Energy Efficiency Programme to transition towards sustainable and energy-efficient operations. This procurement is for the provision of maintenance services for Network Rail’s electric vehicle (EV) charging infrastructure, ensuring optimal uptime, operational reliability, and scalability to support the electrification of Network Rail’s fleet. The contract covers preventive and corrective maintenance, including scheduled servicing, diagnostics, and rapid fault resolution for both AC and DC charge points. It also includes warranty management, spare parts provisioning, and seamless integration with Network Rail’s future Charge Point Management System (CPMS) for real-time monitoring, fault detection, and predictive maintenance analytics (procured separately and out of scope of this procurement). The supplier must demonstrate multi-brand maintenance capability, as the network consists of chargers from multiple OEMs, including Schneider, Kenpower, and Rolec, alongside chargers managed by third parties such as APCOA. The network will expand from 1,000 chargers in Year 1 (currently up to 300 chargers are in operation) to approximately 8,600 chargers by Year 5, with a long-term target of 10,000 charge points. The procurement aligns with Network Rail’s sustainability and operational strategy, ensuring a cost-effective, scalable, and high-quality maintenance framework that supports fleet electrification, decarbonisation targets, and long-term infrastructure resilience. The selected supplier must provide innovative, data-driven maintenance solutions, incorporating remote diagnostics, predictive analytics, and sustainable servicing practices to optimise performance and reduce environmental impact.
£16,400,000
Contract value
Maintenance of the New Measurement Train (NMT)
Value undisclosed
Maintenance of the New Measurement Train (NMT)
Value undisclosed
Showing 61–80 of 108 contracts