Notice Information
Notice Title
#35080 - Provision of Tamper and Regulator Services
Notice Description
This Procurement Event covers the provision of a national framework agreement to deliver Tamper and Regulator services to support track renewal and maintenance projects
Lot Information
Lot 1
The purpose of this Procurement Event is to award a framework agreement to provide Tamper and Regulator services over a eight-year term from 01 Apr 2025. The proposed service enables Network Rail Regions and the Routes to support track renewal and track maintenance projects (thereby supporting freight-users and passengers) via a central framework agreement, managed by Supply Chain Services (SCS). Under the proposed arrangements, approximately 15,000 operational shifts will be delivered per year, and it is anticipated that demand will remain at a similar level for the duration of the framework agreement. Under the proposed service model, Supply Chain Services receives an annual maintenance and renewals plan from its regional customers. The on-track-machines (OTMs) offered under the framework agreement are then allocated to support those annual renewals and maintenance plans, having due regard to the capability of the OTMs, and the competitiveness of the shift-rates offered. The following variations during the term of the framework agreement shall be permissible (but with no commitment at the time of framework award): - The ability to extend the term of the agreement by a maximum of two one-year extensions (subject to the granting of prior approval by Network Rail's governance panel); - The ability to adjust shift rates to cater for the introduction of replacement OTMs - i.e. those destined to replace OTMs decommissioned for reasons of age and/ or poor reliability during the term of the framework agreement. For avoidance of doubt, this permitted variation does not cover the purchase of the OTMs themselves. - The ability to adjust shift rates to support the roll-out of European Train Control System (ETCS) functionality to OTMs - i.e. to reflect changes to the operational/ maintenance regimes. For avoidance of doubt, this permitted variation does not cover the fit-out of supplier-owned OTMs with ETCS equipment.
Renewal: Around two years prior to the planned expiry of the framework agreements (paying due regard to the take-up of any option to extend), a new Procurement Event will be mobilised to renew the framework agreements
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04577d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011954-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
50225000 - Railway-track maintenance services
71311230 - Railway engineering services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £870,033,408 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £1,110,004,113 £1B-£10B
Notice Dates
- Publication Date
- 31 Mar 202510 months ago
- Submission Deadline
- 7 Jun 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 17 Mar 202511 months ago
- Contract Period
- 31 Mar 2025 - 31 Mar 2033 Over 5 years
- Recurrence
- 01/04/2032
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
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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-04577d-2025-03-31T11:25:08+01:00",
"date": "2025-03-31T11:25:08+01:00",
"ocid": "ocds-h6vhtk-04577d",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04577d",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "#35080 - Provision of Tamper and Regulator Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50225000",
"description": "Railway-track maintenance services"
},
"mainProcurementCategory": "services",
"description": "This Procurement Event covers the provision of a national framework agreement to deliver Tamper and Regulator services to support track renewal and maintenance projects",
"lots": [
{
"id": "1",
"description": "The purpose of this Procurement Event is to award a framework agreement to provide Tamper and Regulator services over a eight-year term from 01 Apr 2025. The proposed service enables Network Rail Regions and the Routes to support track renewal and track maintenance projects (thereby supporting freight-users and passengers) via a central framework agreement, managed by Supply Chain Services (SCS). Under the proposed arrangements, approximately 15,000 operational shifts will be delivered per year, and it is anticipated that demand will remain at a similar level for the duration of the framework agreement. Under the proposed service model, Supply Chain Services receives an annual maintenance and renewals plan from its regional customers. The on-track-machines (OTMs) offered under the framework agreement are then allocated to support those annual renewals and maintenance plans, having due regard to the capability of the OTMs, and the competitiveness of the shift-rates offered. The following variations during the term of the framework agreement shall be permissible (but with no commitment at the time of framework award): - The ability to extend the term of the agreement by a maximum of two one-year extensions (subject to the granting of prior approval by Network Rail's governance panel); - The ability to adjust shift rates to cater for the introduction of replacement OTMs - i.e. those destined to replace OTMs decommissioned for reasons of age and/ or poor reliability during the term of the framework agreement. For avoidance of doubt, this permitted variation does not cover the purchase of the OTMs themselves. - The ability to adjust shift rates to support the roll-out of European Train Control System (ETCS) functionality to OTMs - i.e. to reflect changes to the operational/ maintenance regimes. For avoidance of doubt, this permitted variation does not cover the fit-out of supplier-owned OTMs with ETCS equipment.",
"value": {
"amount": 870033408,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2025-04-01T00:00:00+01:00",
"endDate": "2033-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Around two years prior to the planned expiry of the framework agreements (paying due regard to the take-up of any option to extend), a new Procurement Event will be mobilised to renew the framework agreements"
},
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "Capability assessment to be carried out using a prequalification questionnaire issued via the BravoNR procurement platform"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://networkrail.bravosolution.co.uk/web/login.html",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 5
}
},
"tenderPeriod": {
"endDate": "2024-06-07T15:00:00+01:00"
},
"secondStage": {
"invitationDate": "2024-06-17T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-12-31T23:59:59Z"
}
},
"hasRecurrence": true,
"recurrence": {
"description": "01/04/2032"
}
},
"parties": [
{
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd"
},
"address": {
"streetAddress": "Waterloo General Offices",
"locality": "London",
"region": "UK",
"postalCode": "SE1 8SW",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1908781000",
"email": "simon.godfrey@networkrail.co.uk",
"url": "https://networkrail.bravosolution.co.uk/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.networkrail.co.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "Arms-length Public Body"
},
{
"scheme": "COFOG",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-525",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-142344",
"name": "Balfour Beatty Rail Limited",
"identifier": {
"legalName": "Balfour Beatty Rail Limited"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-142345",
"name": "Colas Rail Limited",
"identifier": {
"legalName": "Colas Rail Limited"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-142346",
"name": "Swietelsky Babcock Rail (SB Rail)",
"identifier": {
"legalName": "Swietelsky Babcock Rail (SB Rail)"
},
"address": {
"locality": "Glasgow",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-142347",
"name": "VolkerRail Specialist Businesses Limited",
"identifier": {
"legalName": "VolkerRail Specialist Businesses Limited"
},
"address": {
"locality": "Hoddesdon",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en",
"awards": [
{
"id": "011954-2025-1",
"relatedLots": [
"1"
],
"title": "#35080 - Provision of Tamper and Regulator Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-142344",
"name": "Balfour Beatty Rail Limited"
},
{
"id": "GB-FTS-142345",
"name": "Colas Rail Limited"
},
{
"id": "GB-FTS-142346",
"name": "Swietelsky Babcock Rail (SB Rail)"
},
{
"id": "GB-FTS-142347",
"name": "VolkerRail Specialist Businesses Limited"
}
]
}
],
"contracts": [
{
"id": "011954-2025-1",
"awardID": "011954-2025-1",
"title": "#35080 - Provision of Tamper and Regulator Services",
"status": "active",
"value": {
"amount": 1110004113,
"currency": "GBP"
},
"dateSigned": "2025-03-17T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
}
]
}
}