Award

Network Rail Western & Wales Regional CP7 Period Telecoms Renewals Framework

NETWORK RAIL INFRASTRUCTURE LTD

This public procurement record has 3 releases in its history.

Award

23 Jan 2025 at 11:38

Tender

22 Feb 2024 at 18:08

Tender

22 Feb 2024 at 12:13

Summary of the contracting process

Network Rail Infrastructure Ltd is seeking to establish the Network Rail Western & Wales Regional CP7 Period Telecoms Renewals Framework, which includes telecom renewals for the Wales & Western Region. The procurement is at the tender stage and spans multiple regions including Wales, the Thames Valley, West of England, and the South West Peninsula. This tender falls under the industry category of "Installation of telecommunications equipment" (CPV code 45314000) and is classified as works. The procurement method is a selective, negotiated procedure with prior competition. Relevant dates include the procurement's anticipated start period from 1 November 2024 to 31 March 2028, with possible renewals.

This tender presents significant opportunities for businesses specialising in telecoms and associated equipment. Companies involved in designing, planning, and delivering telecommunications solutions and services, particularly those capable of providing quality planning and implementation with cost efficiency, are well-suited to compete for this framework. The requirement for strong collaborative relationships and competence in innovation, resource management, and sustainability makes it an attractive opportunity for firms with expertise in telecom infrastructure, operational communications, and station information security systems. Successful bidders can benefit from long-term partnerships and being part of essential infrastructure projects across major UK regions.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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).

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

TELENT TECHNOLOGY SERVICES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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
            }
        ]
    }
}