Notice Information
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.
Notice Details
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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE LIMITED
- Additional Buyers
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/063593-2025
9th October 2025 - Procurement termination notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/025271-2025
22nd May 2025 - Tender notice on Find a Tender
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-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"
]
}
]
}