Tender

Stations Wayfinding Signage

NETWORK RAIL INFRASTRUCTURE LIMITED

This public procurement record has 2 releases in its history.

TenderCancellation

09 Oct 2025 at 09:50

Tender

22 May 2025 at 15:38

Summary of the contracting process

Network Rail Infrastructure Limited initiated a procurement process titled "Stations Wayfinding Signage" aimed at enhancing the design and consistency of wayfinding and signage across UK rail stations. The procurement falls under the goods category and covers special regimes such as utilities. It was conducted using an open procedure with the tender stage starting on 22nd May 2025 and closing for submissions on 23rd June 2025. This initiative is set primarily in the UK and aims to establish a standardised and accessible design identity for the Network Rail system. The contract period is scheduled from 1st August 2025 to 31st July 2029, with potential for a 12-month extension. Prior to completion, the procurement was cancelled on 9th October 2025 during its final assessment phase.

This tender presents substantial growth opportunities for businesses specialising in signage design and supply, particularly those adept at integrating sustainability and digital technologies into their offerings. Companies with a strong background in compliance with design and environmental standards, as well as capabilities in handling large-scale logistics and installation processes, will find themselves well-positioned to compete. The contract's significant scale and gross value of £5.4 million also suggest lucrative prospects for small and medium enterprises (SMEs) and voluntary, community and social enterprises (VCSEs) that focus on providing innovative and efficient signage solutions.

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

Stations Wayfinding Signage

Notice Description

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051f1c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/063593-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK12 - Procurement Termination Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34928470 - Signage

Notice Value(s)

Tender Value
£4,500,000 £1M-£10M
Lots Value
£4,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Oct 20254 months ago
Submission Deadline
23 Jun 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Jul 2025 - 31 Jul 2029 4-5 years
Recurrence
2029-01-30

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Cancelled
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NETWORK RAIL INFRASTRUCTURE LIMITED
Additional Buyers

MISSING

Contact Name
Theodora Bampatsia
Contact Email
theodora.bampatsia@networkrail.co.uk
Contact Phone
+447354532049

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

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-051f1c-2025-10-09T10:50:58+01:00",
    "date": "2025-10-09T10:50:58+01:00",
    "ocid": "ocds-h6vhtk-051f1c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PNZN-9524-VCQJ",
            "name": "NETWORK RAIL INFRASTRUCTURE LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNZN-9524-VCQJ"
            },
            "address": {
                "streetAddress": "Waterloo General Office",
                "locality": "London",
                "postalCode": "SE1 8SW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI45"
            },
            "contactPoint": {
                "name": "Theodora Bampatsia",
                "email": "theodora.bampatsia@networkrail.co.uk",
                "telephone": "+447354532049"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.networkrail.co.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNZN-9524-VCQJ",
        "name": "NETWORK RAIL INFRASTRUCTURE LIMITED"
    },
    "tender": {
        "id": "Project_41912",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Stations Wayfinding Signage",
        "description": "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.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928470",
                        "description": "Signage"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 5400000,
            "amount": 4500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "submissionMethodDetails": "Request to tender must be submitted via https://networkrail.bravosolution.co.uk/web/login.html",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-06-23T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-06-12T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-07-10T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 5400000,
                    "amount": 4500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Capability",
                            "numbers": [
                                {
                                    "number": 24,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical & Methodology",
                            "numbers": [
                                {
                                    "number": 18,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Sustainability and Safety",
                            "numbers": [
                                {
                                    "number": 9,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": ". Economic Prosperity & Equal Opportunity",
                            "numbers": [
                                {
                                    "number": 9,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2025-08-01T00:00:00+01:00",
                    "endDate": "2029-07-31T23:59:59+01:00",
                    "maxExtentDate": "2030-07-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12month optional extension"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "025271-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/025271-2025",
                "datePublished": "2025-05-22T16:38:09+01:00",
                "format": "text/html"
            },
            {
                "id": "063593-2025",
                "documentType": "tenderCancellationNotice",
                "noticeType": "UK12",
                "description": "Procurement termination notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/063593-2025",
                "datePublished": "2025-10-09T10:50:58+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2029-01-30T23:59:59+00:00"
                }
            ]
        }
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "status": "cancelled",
            "statusDetails": "Re- assess procurement requirement",
            "finalStatusDate": "2025-09-15T00:00:00+01:00",
            "relatedLots": [
                "1"
            ]
        }
    ]
}