Notice Information
Notice Title
Data Centre Infrastructure Service
Notice Description
This project is for a single partner to provide data centre infrastructure services (DCIS). The scope of the contract covers services needed to support NRIL's data centre infrastructure hosted within data centres, LAN/Edge compute rooms and Cloud Platforms. It includes networks (LAN and WAN), platforms, mainframe, servers, specified applications including tools and services required to effectively operate the infrastructure.
Lot Information
Lot 1
Options: Optional Capex Projects and Great British Rail transition services.
Planning Information
Suppliers are required to complete the online survey within the UK2 Preliminary Pre Market Engagement document. Please refer to the updated oppotunity listing link in order to complete the survey: - https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=58341
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-052ae4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/054644-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48800000 - Information systems and servers
72222300 - Information technology services
72223000 - Information technology requirements review services
72267100 - Maintenance of information technology software
Notice Value(s)
- Tender Value
- £185,300,000 £100M-£1B
- Lots Value
- £185,300,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Sep 20255 months ago
- Submission Deadline
- 26 Sep 2025Expired
- Future Notice Date
- 1 Sep 2025Expired
- Award Date
- Not specified
- Contract Period
- 9 Dec 2026 - 10 Oct 2033 Over 5 years
- Recurrence
- 2026-10-12
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE LIMITED
- Contact Name
- Sonia Diosee
- Contact Email
- sonia.diosee@networkrail.co.uk
- Contact Phone
- +447957726915
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/054644-2025
8th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/054119-2025
5th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/054063-2025
4th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/053912-2025
4th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/053690-2025
3rd September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/048332-2025
13th August 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/029253-2025
2nd June 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/029240-2025
2nd June 2025 - Preliminary market engagement 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-052ae4-2025-09-08T13:32:06+01:00",
"date": "2025-09-08T13:32:06+01:00",
"ocid": "ocds-h6vhtk-052ae4",
"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": "Sonia Diosee",
"email": "sonia.diosee@networkrail.co.uk",
"telephone": "+447957726915"
},
"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"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Suppliers are required to complete the online survey within the UK2 Preliminary Pre Market Engagement document. Please refer to the updated oppotunity listing link in order to complete the survey: - https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=58341",
"dueDate": "2025-06-16T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "029240-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/029240-2025",
"datePublished": "2025-06-02T15:41:28+01:00",
"format": "text/html"
},
{
"id": "029253-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/029253-2025",
"datePublished": "2025-06-02T15:55:57+01:00",
"format": "text/html"
},
{
"id": "048332-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/048332-2025",
"datePublished": "2025-08-13T11:26:59+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "Bravo Project Number 43571",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Data Centre Infrastructure Service",
"description": "This project is for a single partner to provide data centre infrastructure services (DCIS). The scope of the contract covers services needed to support NRIL's data centre infrastructure hosted within data centres, LAN/Edge compute rooms and Cloud Platforms. It includes networks (LAN and WAN), platforms, mainframe, servers, specified applications including tools and services required to effectively operate the infrastructure.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
{
"scheme": "CPV",
"id": "48800000",
"description": "Information systems and servers"
},
{
"scheme": "CPV",
"id": "72267100",
"description": "Maintenance of information technology software"
},
{
"scheme": "CPV",
"id": "72223000",
"description": "Information technology requirements review services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 222360000,
"amount": 185300000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-12-09T00:00:00+00:00",
"endDate": "2033-10-10T23:59:59+01:00"
},
"status": "active",
"value": {
"amountGross": 222360000,
"amount": 185300000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "The below Award Criteria shall be weighted against 65% overall Technical Weighting. Transition Delivery - 13% Service Operations & Governance - 40% Transformation & Optimisation - 15% Innovation - 5% Project Delivery - 10% Social Value - 17%",
"numbers": [
{
"number": 65,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "The below Award Criteria shall be weighted against 35% overall Commercial Weighting. Base charges, base catalogue charges, transition and exit charges - 57% Rate card - 11% Transformation & Project Delivery - 32%",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to PSQ documentation and Appendices in the Bravo portal."
},
{
"type": "technical",
"description": "Please refer to PSQ documentation and Appendices in the Bravo portal."
},
{
"description": "Conditions of participation",
"forReduction": true
}
]
},
"secondStage": {
"minimumCandidates": 2,
"maximumCandidates": 5
},
"hasOptions": true,
"options": {
"description": "Optional Capex Projects and Great British Rail transition services."
}
}
],
"communication": {
"futureNoticeDate": "2025-09-01T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Competitive Flexible Procedure Description of stages: - PSQ Return Internal PSQ Evaluation Down selection of 5 suppliers Confidentiality Agreement execution with 5 shortlisted suppliers ITT Publication Clarification Sessions ITT Responses Close Internal ITT Evaluation Internal ITT Moderation ITT Supplier Presentations Negotiation Stage 1 Negotiation Stage 2 Best and Final Offers Award Stage"
},
"coveredBy": [
"GPA",
"CPTPP"
],
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-10-10T16:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-09-26T13:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-10-12T23:59:59+01:00"
},
"otherRequirements": {
"reservedParticipation": [
"shelteredWorkshop"
]
},
"documents": [
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "Publication of the PSQ shall be issued via Bravo. Web address is as follows: - https://networkrail.bravosolution.co.uk/web/login.html Documents to be published using Bravo: - Instruction to Participants Appendix A - Procurement Terms and Conditions Appendix B - Conditions of Participation Criteria - PSQ Appendix C - Tender Criteria ITT Appendix D - Glossary Appendix E - Overview of Requirements Appendix Ea - Business Requirements Document Appendix Eb - Requirements Catalogue Appendix F - Confidentiality Agreement Appendix G - Terms and Conditions"
},
{
"id": "A-4243",
"documentType": "biddingDocuments",
"description": "UK3 - Planned Procurement Notice",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-4243",
"format": "application/pdf"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "053690-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/053690-2025",
"datePublished": "2025-09-03T17:09:00+01:00",
"format": "text/html"
},
{
"id": "053912-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/053912-2025",
"datePublished": "2025-09-04T13:20:33+01:00",
"format": "text/html"
},
{
"id": "054063-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/054063-2025",
"datePublished": "2025-09-04T16:28:10+01:00",
"format": "text/html"
},
{
"id": "054119-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/054119-2025",
"datePublished": "2025-09-05T09:05:58+01:00",
"format": "text/html"
},
{
"id": "054644-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/054644-2025",
"datePublished": "2025-09-08T13:32:06+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2026-10-12T23:59:59+01:00"
}
]
},
"submissionMethodDetails": "https://networkrail.bravosolution.co.uk/",
"contractTerms": {
"financialTerms": "Payment Structure * Payments will be made periodically per Network Rail's Railway Period (every 4 weeks). Invoicing and Payment Timelines * Network Rail will pay valid, undisputed invoices within 28 days of receipt. * Supplier must flow down prompt payment terms (28 days) to its supply chain. Please refer to the Procurement Documents for full details."
},
"riskDetails": "1. Technology Risks * Data Centre Infrastructure: Risks of physical security breaches, unauthorised access, inadequate audit controls, and failure in onsite sparing or equipment management. * Mainframe & Platforms: Risks of service outages, backup failures, data loss, or insufficient monitoring and alerting. * Patch Management: Risks of delayed or failed patch deployment, vulnerabilities due to unpatched systems, and errors in automated/manual patching. * Technical Services: Risks of insufficiently certified technical resources, tooling failures, and lack of scalability or automation. 2. Network and Security Infrastructure Risks * DC Networks: Risks of network outages, poor interconnectivity, third-party coordination failures, and WAN/LAN service disruptions. * Perimeter Security: Risks of firewall misconfiguration, security breaches, and lack of certified network resources. 3. Application Support Risks * Enterprise Job Scheduler: Risks of workflow automation failures, impacting business process continuity. * Operational Support Systems: Risks of inadequate Tier 3 support, misconfiguration, or delayed updates. * Siebel Support: Risks of application downtime, data integrity issues, and multi-server coordination failures. 4. Service Management Risks * Availability & Capacity Management: Risks of poor performance, capacity shortfalls, and unidentified risks. * Compliance & Information Security: Risks of non-compliance with standards, security incidents, inadequate staff vetting, and failure in digital access control. * IT Service Continuity: Risks of ineffective disaster recovery/business continuity planning and testing. * Service Level Management: Risks of unmet service expectations and lack of service improvement. 5. Service Transition Risks * E-bonding & Change Management: Risks of failed data transfer, unauthorised changes, inadequate change management, and insufficiently skilled change teams. * Knowledge & Release Management: Risks of incomplete or inaccurate knowledge transfer, poor release planning, and failed service take-on. 6. Service Operation Risks * Event & Incident Management: Risks of poor event logging, delayed incident resolution, inadequate communication, and lack of accountability. * Problem & Request Fulfilment: Risks of unresolved problems, poor collaboration, and delayed service requests. * Third Party Management: Risks of SLA breaches, poor supplier coordination, and service continuity failures. 7. Continual Service Improvement Risks * Risks of ineffective CSI initiatives, lack of monitoring, and failure to implement recommendations. 8. Governance and Reporting Risks * Risks of inadequate governance frameworks, poor service reporting, and non-compliance in reporting. 9. Social Value Risks * Risks of failing to meet social value targets (jobs, skills, education), EDI requirements, SME engagement, ESG compliance, and sustainability obligations. 10. Delivery Risks * Project Services: Risks of project delays, poor quality assurance, non-compliance with processes, and inadequate risk/issue management. * Skilled Resources: Risks of insufficient architectural or enhancement resources, poor onboarding/offboarding, and lack of testing support. * Third Party Management: Risks of poor operational management and reporting. 11. Transition Risks * Risks of poor programme management, service readiness failures, inadequate knowledge transfer, asset/configuration management issues, and reduction in service performance during transition. 12. Transformation Risks * Risks of failing to identify or deliver efficiency improvements, poor collaboration, and strategy misalignment. 13. Exit Risks * Risks of inadequate exit planning, poor knowledge transfer, and disruption at contract end. 14. Optional Scope Risks * Risks of poor flexibility in service take-on, inability to scale for industry transformation, and failure to support public cloud or future integration needs. 15. Legal & Compliance Risks * Risks of non-compliance with contract management guidelines, failure to meet SLA/accountability requirements, lack of transparency in pricing, and inability to rapidly deploy certified security services. These are risks which the Authority considers could jeopardise the satisfactory performance of the contract, but because of their nature, may not be capable of being addressed in the contract as awarded (noting that this is a competitive flexible procedure and technical dialogue and commercial negotiation are anticipated). Accordingly, these are risks that may require a subsequent modification of the contract under paragraph 5 of Schedule 8 of PA23.",
"amendments": [
{
"id": "054063-2025",
"description": "PSQ Close Date, Payment Terms and Risks."
},
{
"id": "054119-2025",
"description": "PSQ Close Date, Payment Terms and Risks."
},
{
"id": "054644-2025",
"description": "PSQ Close Date Payment Terms and Risks Supported Employment Providers changed to 'No'"
}
]
},
"language": "en"
}