Notice Information
Notice Title
Network Rail Western & Wales Regional CP7 Period Telecoms Renewals Framework
Notice Description
Network Rail's Control Period 7 (CP7) Framework for the Telecoms Renewals Work-bank for the Wales & Western Region, consisting of * Capital Delivery o SISS. o Operational Coms (Ops Coms) and o Station Information and Security Systems Framework (SISS) and as an Option for - NR minor stations (operated by Great Western Railway) - CP8 Years 1 - 3
Lot Information
Lot 1
The Wales & Western Region consists of 2,700 miles of railway serving Wales, the Thames Valley, West of England and the South West Peninsula. It transports commuters to key employment hubs including London, Cardiff, Bristol, Birmingham, Manchester and Liverpool. It directly serves London Heathrow, Europe's busiest international airport and provides connections to Cardiff Bristol, Birmingham, Manchester, and London Gatwick airports. It Supports leisure and tourism in all these areas and supports critical freight services, notably aggregates, moving millions of tonnes of freight every year. The Contract is to deliver our Control Period 7 (CP7) Framework for the Telecoms Renewals Work Bank for the Wales & Western Region, consisting of * Capital Delivery o SISS o Operational Coms (Ops Coms) and o Station Information and Security Systems Framework (SISS) with Options for * NR minor stations (operated by Great Western Railway) * CP8 Years 1 - 3. The framework creates strong relationships with asset-specific supplier partners, incentivised to design and deliver work bank packages to embrace SPEED (Swift, Pragmatic and Efficient Enhancement Delivery) principles, meet industry benchmarks, and to achieve the required business score card results. We will be seeking to procure a single asset specialist for the region. The framework is the foundation stone of our journey to becoming an intelligent client, where we will be working collaboratively with high quality, trusted supply chain partners to develop, design and deliver the minimum viable products needed to achieve great outcomes for passengers, freight, and funders. This will be supported through a two-stage incentive model which firstly promotes great planning and design, then secondly through delivery. This will all work within the shared constraint of the Network Rail business plan, bringing all teams within the framework aligned to budgetary financial efficiency. Being an intelligent client means we will be less prescriptive in our specifications, reduce duplication, manage risk appropriately throughout the process, and strengthen our assurance. Additional information: Framework is a 'zero' or 'nil' value commitment framework.
Renewal: The Framework can be renewed after the above period for up to a further 3 periods each of 12 months (1 + 1+1).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-043c1e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/002350-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
35 - Security, fire-fighting, police and defence equipment
45 - Construction work
48 - Software package and information systems
-
- CPV Codes
32231000 - Closed-circuit television apparatus
32344210 - Radio equipment
32400000 - Networks
32500000 - Telecommunications equipment and supplies
32510000 - Wireless telecommunications system
32520000 - Telecommunications cable and equipment
32570000 - Communications equipment
35261000 - Information panels
45314000 - Installation of telecommunications equipment
48952000 - Public address systems
Notice Value(s)
- Tender Value
- £37,861,000 £10M-£100M
- Lots Value
- £37,861,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £42,040,199 £10M-£100M
Notice Dates
- Publication Date
- 23 Jan 20251 years ago
- Submission Deadline
- 4 Apr 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Jan 20251 years ago
- Contract Period
- 1 Nov 2024 - 31 Mar 2029 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE LTD
- Contact Name
- Neil PATERSON, Neil Paterson
- Contact Email
- neil.paterson@networkrail.co.uk
- Contact Phone
- +44 1908781000
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 8SW
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- Not specified
-
- Local Authority
- Lambeth
- Electoral Ward
- Waterloo & South Bank
- Westminster Constituency
- Vauxhall and Camberwell Green
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-043c1e-2025-01-23T11:38:55Z",
"date": "2025-01-23T11:38:55Z",
"ocid": "ocds-h6vhtk-043c1e",
"initiationType": "tender",
"tender": {
"id": "183393/183469 Network Rail Western & Wales Regional CP7 Period Telecoms Renewals Framework",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Network Rail Western & Wales Regional CP7 Period Telecoms Renewals Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45314000",
"description": "Installation of telecommunications equipment"
},
"mainProcurementCategory": "works",
"description": "Network Rail's Control Period 7 (CP7) Framework for the Telecoms Renewals Work-bank for the Wales & Western Region, consisting of * Capital Delivery o SISS. o Operational Coms (Ops Coms) and o Station Information and Security Systems Framework (SISS) and as an Option for - NR minor stations (operated by Great Western Railway) - CP8 Years 1 - 3",
"value": {
"amount": 37861000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Wales & Western Region consists of 2,700 miles of railway serving Wales, the Thames Valley, West of England and the South West Peninsula. It transports commuters to key employment hubs including London, Cardiff, Bristol, Birmingham, Manchester and Liverpool. It directly serves London Heathrow, Europe's busiest international airport and provides connections to Cardiff Bristol, Birmingham, Manchester, and London Gatwick airports. It Supports leisure and tourism in all these areas and supports critical freight services, notably aggregates, moving millions of tonnes of freight every year. The Contract is to deliver our Control Period 7 (CP7) Framework for the Telecoms Renewals Work Bank for the Wales & Western Region, consisting of * Capital Delivery o SISS o Operational Coms (Ops Coms) and o Station Information and Security Systems Framework (SISS) with Options for * NR minor stations (operated by Great Western Railway) * CP8 Years 1 - 3. The framework creates strong relationships with asset-specific supplier partners, incentivised to design and deliver work bank packages to embrace SPEED (Swift, Pragmatic and Efficient Enhancement Delivery) principles, meet industry benchmarks, and to achieve the required business score card results. We will be seeking to procure a single asset specialist for the region. The framework is the foundation stone of our journey to becoming an intelligent client, where we will be working collaboratively with high quality, trusted supply chain partners to develop, design and deliver the minimum viable products needed to achieve great outcomes for passengers, freight, and funders. This will be supported through a two-stage incentive model which firstly promotes great planning and design, then secondly through delivery. This will all work within the shared constraint of the Network Rail business plan, bringing all teams within the framework aligned to budgetary financial efficiency. Being an intelligent client means we will be less prescriptive in our specifications, reduce duplication, manage risk appropriately throughout the process, and strengthen our assurance. Additional information: Framework is a 'zero' or 'nil' value commitment framework.",
"value": {
"amount": 37861000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-11-01T00:00:00Z",
"endDate": "2029-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Framework can be renewed after the above period for up to a further 3 periods each of 12 months (1 + 1+1)."
},
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "Network Rail will select a shortlist of 4 Candidates for ITT from the highest scoring PQQ compliant responses that successfully \"pass\" all of the pass/fail questions and will select the 5th Candidate for ITT if the 5th Candidate scores their PQQ compliant response provided they achieve a target score within 1.250% of the 4th ranked submission and that they successfully \"pass\" all of the pass/fail questions."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Methodology",
"type": "quality",
"description": "10"
},
{
"name": "Technical",
"type": "quality",
"description": "10"
},
{
"name": "Behavioural & Collaboration",
"type": "quality",
"description": "20"
},
{
"name": "Innovation",
"type": "quality",
"description": "10"
},
{
"name": "Resource",
"type": "quality",
"description": "10"
},
{
"name": "Sustainability & Social Values",
"type": "quality",
"description": "10"
},
{
"name": "Price - Development",
"type": "cost",
"description": "6"
},
{
"name": "Price - Commissioning",
"type": "cost",
"description": "18"
},
{
"name": "Price - Fee",
"type": "cost",
"description": "6"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32231000",
"description": "Closed-circuit television apparatus"
},
{
"scheme": "CPV",
"id": "32344210",
"description": "Radio equipment"
},
{
"scheme": "CPV",
"id": "32400000",
"description": "Networks"
},
{
"scheme": "CPV",
"id": "32500000",
"description": "Telecommunications equipment and supplies"
},
{
"scheme": "CPV",
"id": "32510000",
"description": "Wireless telecommunications system"
},
{
"scheme": "CPV",
"id": "32520000",
"description": "Telecommunications cable and equipment"
},
{
"scheme": "CPV",
"id": "32570000",
"description": "Communications equipment"
},
{
"scheme": "CPV",
"id": "35261000",
"description": "Information panels"
},
{
"scheme": "CPV",
"id": "48952000",
"description": "Public address systems"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "West London to (all of) Western & Wales (Railway) Regions"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://networkrail.bravosolution.co.uk/",
"communication": {
"atypicalToolUrl": "https://networkrail.bravosolution.co.uk/"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Selection of the economic operators to be invited to tender will be based on information provided in response to the PQQ. Please see the procurement documents which include the PQQ instructions and documents to be completed.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"reductionCriteria": "Selection of the economic operators to be invited to tender will be based on information provided in response to the PQQ. Please see the procurement documents which include the PQQ instructions and questionnaire to be completed."
},
"submissionTerms": {
"depositsGuarantees": "A Parent Company Guarantee will be required.",
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"contractTerms": {
"financialTerms": "The main finance conditions, payment mechanisms, performance standards and incentive mechanisms are described in the various forms of contract described in the procurement documents.",
"tendererLegalForm": "As set out in the procurement documents.",
"performanceTerms": "As set out in the procurement documents."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "N/A"
}
},
"tenderPeriod": {
"endDate": "2024-04-04T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2024-05-14T00:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Precise information on deadline(s) for review procedures: Network Rail will incorporate a minimum 10 calendar day standstill period after notification to unsuccessful tenderers and until such point will not conclude the framework. Part 5 of the Utilities Contracts Regulations 2016 sets out the remedies available to economic operators and provides for aggrieved economic operators to take action in the High Court of England and Wales.",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
]
},
"parties": [
{
"id": "GB-FTS-105820",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd",
"id": "2904587"
},
"address": {
"streetAddress": "Waterloo General Offices,",
"locality": "London",
"region": "UK",
"postalCode": "SE1 8SW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Neil PATERSON",
"telephone": "+44 1908781000",
"email": "Neil.Paterson@networkrail.co.uk",
"url": "https://networkrail.bravosolution.co.uk/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.networkrail.co.uk",
"buyerProfile": "https://networkrail.bravosolution.co.uk/web/login.html",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-105821",
"name": "Capital Delivery; SP&C",
"identifier": {
"legalName": "Capital Delivery; SP&C"
},
"address": {
"streetAddress": "Western House, 6th Floor, 1 Holbrook Road,",
"locality": "Swindon. WILTS",
"postalCode": "SN1 1BY",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "neil.paterson@networkrail.co.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-12609",
"name": "High Court of England & Wales",
"identifier": {
"legalName": "High Court of England & Wales"
},
"address": {
"streetAddress": "Royal Courts of Justice, Strand",
"locality": "London",
"postalCode": "WC1A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-105822",
"name": "Capital Delivery, SP&C",
"identifier": {
"legalName": "Capital Delivery, SP&C"
},
"address": {
"streetAddress": "Western House, 6th Floor, 1 Holbrook Road,",
"locality": "Swindon.",
"postalCode": "SN1 1BY",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
},
{
"id": "GB-FTS-85378",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd",
"id": "2904587"
},
"address": {
"streetAddress": "Waterloo General Offices",
"locality": "London",
"region": "UK",
"postalCode": "SE1 8SW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Neil PATERSON",
"telephone": "+44 1908781000",
"email": "Neil.Paterson@networkrail.co.uk",
"url": "https://networkrail.bravosolution.co.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.networkrail.co.uk",
"buyerProfile": "https://networkrail.bravosolution.co.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-105908",
"name": "Capital Delivery - SP&C",
"identifier": {
"legalName": "Capital Delivery - SP&C"
},
"address": {
"streetAddress": "Western House, 6th Floor; 1 Holbrook Road,",
"locality": "Swindon. WILTS",
"postalCode": "SN1 1BY",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-105909",
"name": "High Court of England & Wales Royal Courts of Justice",
"identifier": {
"legalName": "High Court of England & Wales Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC1A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-80538",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd",
"id": "02904587"
},
"address": {
"streetAddress": "Waterloo General Offices",
"locality": "London",
"region": "UK",
"postalCode": "SE1 8SW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Neil Paterson",
"telephone": "+44 1908781000",
"email": "Neil.Paterson@networkrail.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.networkrail.co.uk",
"buyerProfile": "https://networkrail.bravosolution.co.uk/web/login.html",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "URBAN_RAILWAY_TRAMWAY_TROLLEYBUS_BUS_SERVICES",
"description": "Urban railway, tramway, trolleybus or bus services"
}
]
}
},
{
"id": "GB-FTS-136128",
"name": "TELENT TECHNOLOGY SERVICES LIMITED",
"identifier": {
"legalName": "TELENT TECHNOLOGY SERVICES LIMITED",
"id": "0703317"
},
"address": {
"streetAddress": "Point 3, Haywood Road, Warwick, CV34 5AH",
"locality": "Warwick",
"region": "UKG13",
"postalCode": "CV34 5AH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1926693000",
"email": "Cath.kelly@telent.com"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.telent.com",
"scale": "large"
}
},
{
"id": "GB-FTS-136129",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd"
},
"address": {
"streetAddress": "Waterloo General Office,",
"locality": "London",
"postalCode": "SE1 8SW",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7919307797",
"email": "neil.paterson@networkrail.co.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-80538",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en",
"awards": [
{
"id": "002350-2025-ecm_44737-1",
"relatedLots": [
"1"
],
"title": "183393 Western and 183468 Wales CP7 Telecoms Framework",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-136128",
"name": "TELENT TECHNOLOGY SERVICES LIMITED"
}
]
}
],
"contracts": [
{
"id": "002350-2025-ecm_44737-1",
"awardID": "002350-2025-ecm_44737-1",
"title": "183393 Western and 183468 Wales CP7 Telecoms Framework",
"status": "active",
"value": {
"amount": 42040199,
"currency": "GBP"
},
"dateSigned": "2025-01-03T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
}
]
}
}