Tender

Wales & Western - Civils Examination Services (Earthworks)

NETWORK RAIL INFRASTRUCTURE LIMITED

This public procurement record has 2 releases in its history.

Tender

21 Nov 2025 at 12:01

Planning

16 Sep 2025 at 13:26

Summary of the contracting process

Network Rail Infrastructure Limited is seeking competitive bids for their "Wales & Western - Civils Examination Services (Earthworks)" tender, aimed at ensuring the safety and integrity of structural assets in the railway sector. The procurement process is currently in the tender stage with key dates including the expression of interest deadline on 9th January 2026, and the contract award period ending on 8th May 2026. This project focuses on technical inspection services within regions such as Wales and Western UK, with a contract start date of 29th June 2026. The procurement method adopted is a competitive flexible procedure, involving a selective strategy with a maximum two suppliers getting awarded, each responsible for a specific route. The contract value is estimated at £24 million (net amount), further reinforcing the significance of this tender in the railway industry.

This tender provides significant opportunities for businesses in the civil engineering, geotechnical inspection, and infrastructure maintenance sectors. Small to medium enterprises (SMEs) that possess the required qualifications, such as a Principal Contractors Licence (PCL) and registration under relevant RISQS codes, are encouraged to participate. The framework agreement allows for businesses to engage in long-term projects, potentially leading to steady growth and development. Companies specialising in technical inspections and emergency response services related to earthworks and rail infrastructure stand in a strong position to benefit from this tender, with the potential to innovate using new technologies like satellite data integration, thereby enhancing their service delivery and market reach.

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

Wales & Western - Civils Examination Services (Earthworks)

Notice Description

Civil examinations within Network Rail refer to the inspection, examination and reporting of structural assets to ensure the safety, reliability, and longevity of railway infrastructure. These examinations help identify defects, monitor structural integrity, and determine necessary maintenance or repair works to prevent failures and ensure continued safe operation of the rail network. An Earthwork examination shall be sufficient to identify or determine and record information to enable Network Rail to manage the safety and performance of the Earthwork in accordance with NR/L3/CIV/065. Asset types to be examined: * Earthworks (as defined by NR/L3/CIV/065): Five chain lengths of Earthwork slope: a soil cutting, rock cutting embankment, or natural slope * Coastal and Estuarine Defences that are formed of earthworks: A Structure that protects railway infrastructure against erosion or flooding by tidal waters. It includes protection works, which protect land against erosion and encroachment by such waters, and which perform no flood defence role; and defences, which protect against flooding or attack by such waters. * Outside Party Slopes, whose failure may impact on Network Rail infrastructure, where the outside party is unable to provide a satisfactory management policy for the slope, will be, so far as is lawful, be subject to a cyclical examination. * A cutting, embankment or natural slope, outside of the Network Rail boundary, owned or managed by an outside party, which may impact on Network Rail infrastructure. Where the outside party is unable to provide a satisfactory management policy for the slope or demonstrate by other means that it is being managed in a satisfactory manner, the slope will, so far as is lawful, be subject to a cyclical examination. Examination Types: * Cyclical Earthwork Examination: These examinations are cyclical in accordance with the Task Schedule or as otherwise instructed by Employer's representative. The scope must adhere to SCHI, SEHI and/or RSHI in accordance with NR/L3/CIV/065 * Rapid Response Earthwork Examination: These examinations are for Emergency Situations as required. The scope is as required by Network Rail. * Geotechnical Incident Report: These examinations are as required by Network Rail. The scope is in accordance with NR/L3/CIV/185. Each Examination of an earthwork shall: * Include the production of a report. * Include an examination to record and report the findings related to the condition of the earthworks including all necessary preparations and arrangements for access to the earthwork. * Update and record data obtained during the examinations in the Network Rail Earthworks Database using Network Rail Earthworks Examination Software. * Support the Employer's Representative in the management and co-ordination of examination of earthworks. * Include any vegetation clearance necessary to enable examinations of earthwork. * Provide a rapid response service to attend and report on earthwork failures and Geotechnical incidents in accordance with NR/L3/CIV/065 and NR/L3/CIV/185. In the later years of this Framework, the Geotech teams plan to move to non-traditional methods of examination. By integrating satellite data into core processes, and other observed data sets, the business can significantly reduce its reliance on traditional on-site examinations, enhancing efficiency and improving asset management decisions. Based on currently available information we are expecing the following: * CP7 Y4 50% reduction in Condition A-C assets excluding rock cuttings * CP7 Y5 70% reduction in Condition A-C assets excluding rock cuttings

Lot Information

Lot 1

Renewal: Initial Term: 3 Years Extension Term: 1+1+1+1+1 Years

Planning Information

Please complete the questionnaire https://forms.office.com/e/MQg4HnttsN by 30th September 2025. Responses will be reviewed to inform the design of the procurement strategy and framework documentation. Completion of the questionnaire is not a prerequisite for future participation in the tender, but early engagement will help ensure the framework is structured to meet the needs of both Network Rail and the supply market. If you have any questions regarding this notice please contact rhiah.mclean@networkrail.co.uk

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059b66
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/075984-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71631400 - Technical inspection services of engineering structures

Notice Value(s)

Tender Value
£24,000,000 £10M-£100M
Lots Value
£24,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Nov 20253 months ago
Submission Deadline
19 Dec 2025Expired
Future Notice Date
21 Nov 2025Expired
Award Date
Not specified
Contract Period
28 Jun 2026 - 28 Jun 2029 3-4 years
Recurrence
2026-05-29

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NETWORK RAIL INFRASTRUCTURE LIMITED
Contact Name
Rhiah McLean
Contact Email
wandwrouteprocurement@networkrail.co.uk
Contact Phone
Not specified

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
TLI7 Outer London - West and North West, TLK South West (England), TLL Wales

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-059b66-2025-11-21T12:01:33Z",
    "date": "2025-11-21T12:01:33Z",
    "ocid": "ocds-h6vhtk-059b66",
    "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": "Rhiah McLean",
                "email": "WandWRouteProcurement@networkrail.co.uk"
            },
            "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": "Please complete the questionnaire https://forms.office.com/e/MQg4HnttsN by 30th September 2025. Responses will be reviewed to inform the design of the procurement strategy and framework documentation. Completion of the questionnaire is not a prerequisite for future participation in the tender, but early engagement will help ensure the framework is structured to meet the needs of both Network Rail and the supply market. If you have any questions regarding this notice please contact rhiah.mclean@networkrail.co.uk",
                "dueDate": "2025-09-30T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "056987-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/056987-2025",
                "datePublished": "2025-09-16T14:26:10+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "Project_44202",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Wales & Western - Civils Examination Services (Earthworks)",
        "description": "Civil examinations within Network Rail refer to the inspection, examination and reporting of structural assets to ensure the safety, reliability, and longevity of railway infrastructure. These examinations help identify defects, monitor structural integrity, and determine necessary maintenance or repair works to prevent failures and ensure continued safe operation of the rail network. An Earthwork examination shall be sufficient to identify or determine and record information to enable Network Rail to manage the safety and performance of the Earthwork in accordance with NR/L3/CIV/065. Asset types to be examined: * Earthworks (as defined by NR/L3/CIV/065): Five chain lengths of Earthwork slope: a soil cutting, rock cutting embankment, or natural slope * Coastal and Estuarine Defences that are formed of earthworks: A Structure that protects railway infrastructure against erosion or flooding by tidal waters. It includes protection works, which protect land against erosion and encroachment by such waters, and which perform no flood defence role; and defences, which protect against flooding or attack by such waters. * Outside Party Slopes, whose failure may impact on Network Rail infrastructure, where the outside party is unable to provide a satisfactory management policy for the slope, will be, so far as is lawful, be subject to a cyclical examination. * A cutting, embankment or natural slope, outside of the Network Rail boundary, owned or managed by an outside party, which may impact on Network Rail infrastructure. Where the outside party is unable to provide a satisfactory management policy for the slope or demonstrate by other means that it is being managed in a satisfactory manner, the slope will, so far as is lawful, be subject to a cyclical examination. Examination Types: * Cyclical Earthwork Examination: These examinations are cyclical in accordance with the Task Schedule or as otherwise instructed by Employer's representative. The scope must adhere to SCHI, SEHI and/or RSHI in accordance with NR/L3/CIV/065 * Rapid Response Earthwork Examination: These examinations are for Emergency Situations as required. The scope is as required by Network Rail. * Geotechnical Incident Report: These examinations are as required by Network Rail. The scope is in accordance with NR/L3/CIV/185. Each Examination of an earthwork shall: * Include the production of a report. * Include an examination to record and report the findings related to the condition of the earthworks including all necessary preparations and arrangements for access to the earthwork. * Update and record data obtained during the examinations in the Network Rail Earthworks Database using Network Rail Earthworks Examination Software. * Support the Employer's Representative in the management and co-ordination of examination of earthworks. * Include any vegetation clearance necessary to enable examinations of earthwork. * Provide a rapid response service to attend and report on earthwork failures and Geotechnical incidents in accordance with NR/L3/CIV/065 and NR/L3/CIV/185. In the later years of this Framework, the Geotech teams plan to move to non-traditional methods of examination. By integrating satellite data into core processes, and other observed data sets, the business can significantly reduce its reliance on traditional on-site examinations, enhancing efficiency and improving asset management decisions. Based on currently available information we are expecing the following: * CP7 Y4 50% reduction in Condition A-C assets excluding rock cuttings * CP7 Y5 70% reduction in Condition A-C assets excluding rock cuttings",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71631400",
                        "description": "Technical inspection services of engineering structures"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI7",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI7",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 28800000,
            "amount": 24000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "additionalProcurementCategories": [
            "works"
        ],
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2,
                "method": "withoutReopeningCompetition",
                "type": "closed",
                "description": "This Framework will operate under a Schedule of Rates. The Schedule of Rates will be used to determine the cost of an annual work bank. For the commercial evaluation of the of the Framework, each bidder will provide a range of costs within a pricing document which will then create a total cost to be used in evaluation. Two suppliers will be awarded the Framework, and each supplier will be given primary responsibility of a route (Wales/Western), and will act as a secondary supplier to the opposite route. Further information on Route Allocation is descibed within the tender documentation."
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-29T00:00:00+01:00",
                    "endDate": "2029-06-28T23:59:59+01:00",
                    "maxExtentDate": "2034-06-27T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 28800000,
                    "amount": 24000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Tender (ITT)",
                            "description": "Questions to include: Resource & Contract Organisation Programme Earthworks Techincal Assessment Ecology & Invasive Urgent Defect De-Vegetation Management Social Value",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Tender (ITT)",
                            "description": "Commercial & Pricing Evaluation",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "There are no restrictions on bidding for this tender, however, the winning bidder must hold a Principal Contractors License and be registered under the following RISQS codes at point of award: * C.C.3.1.2.5: Earthworks/Service (Structures Examinations) * C.C.3.4.3.2: Vegetation Management (On Network Rail Controlled Infrastructure/Service) * Details for the Principal Contractors Licence (PCL) can be found - https://safety.networkrail.co.uk/safety/principal-contractor-licensing/ * Details for RISQ's - https://www.risqs.org/"
                        },
                        {
                            "description": "The PSQ will be weighted 100% to Technical. Relevent question submissions will be scored out of 5 by evaluators. The scoring criteria is available within the tender documentation. The top scoring 5 suppliers will be taken from PSQ Stage to ITT Stage. The ITT Stage will be weighted 60% Technical and 40% Commercial/Cost. Relevent question submissions will be scored out of 5 by evaluators. The scoring criteria is available within the tender documentation.",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "Initial Term: 3 Years Extension Term: 1+1+1+1+1 Years"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-11-21T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Network Rail will carry out a condition of participation stage (requiring completion of a procurement specific questionnaire/PSQ) followed by a single stage tender process (invitation to tender/ITT). Stage 1 - PSQ - Technical - 100% Weighting - Top 5 Consultants to Progress Stage 2 - ITT - Technical 60% - Commercial 40% - Top 2 Consultants to be awarded - 1 aligned to each route."
        },
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "submissionMethodDetails": "Available at https://networkrail.bravosolution.co.uk/ Bravo Project Reference - Project_44202 PSQ/PQQ reference - PQQ_3824",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-01-09T16:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2025-12-19T16:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-05-08T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "The documents will be provided via Bravo NR upon accessing each Stage of the tender process. https://networkrail.bravosolution.co.uk/"
            },
            {
                "id": "075984-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/075984-2025",
                "datePublished": "2025-11-21T12:01:33Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2026-05-29T23:59:59+01:00"
                }
            ]
        }
    },
    "language": "en"
}