Notice Information
Notice Title
ETCS System Safety Assurance
Notice Description
The Safety Assurance supplier will be responsible to support obtaining necessary approvals to support delivery of works. The safety assurance supplier will adhere to principles and standards in place according to the following: Application of the Common Safety method for Risk Evaluation and Assessment (NR Standard NR/L2/RSE/100/02). Commission Regulation (EU) 402/2013. The Future works scope is a modification to the in-service ETCS system operating between Heathrow (Stage A) and Ealing Broadway (Stage TB2), with the safety assurance expected to build upon the existing works and documentation produced for these stages.
Procurement Information
The Western ETCS L2 project, commissioned in November 2023, represents the UK's first mainline deployment of ETCS Level 2. Synergy Rail was competitively appointed through all prior phases of the project since 2015 via the W&W Safety Assurance Framework (CP6), delivering end-to-end system assurance from GRIP 3 feasibility through to system commissioning and early post-commissioning support. Key services provided included: Development of the safety and acceptance strategy Interoperability verification and regulatory support Management of product acceptance processes. Oversight of all V&V activities and testing phases Completion of safety justifications for operational non-compliances Synergy Rail's contributions were highly commended by both FCCS SRP and ORR, with ORR explicitly recommending their methodology be used as a template for future ETCS deployments. Justification With the project now in a "post-commissioning enhancement and non-compliance resolution phase", continuity of system knowledge, safety case integrity and structure, and regulatory confidence are critical to the successful engagement with 4SP/FCCS-SRP and W&W -SRP and deployment. Synergy Rail is uniquely qualified for the following reasons: Unmatched technical familiarity with the deployed system, including contractors architecture, assurance processes, structure of the System Safety Case , Interoperability arguments, the Technical File and bespoke safety justifications used in deployment of the current ETCS L2 Solution. End-to-end project involvement, eliminating the onboarding risks and delays of a new provider Demonstrated regulatory credibility, having delivered a model process acknowledged by the ORR and FSSC-SRP have engendered trust and confidence in submissions streamlining both time to resolution and reduced the "Pull" on critical limited Regulator and Panel member involvement. Established relationships with Network Rail Engineering, Assurance Panel members and project teams Appointing an alternative provider would likely increase final cost, delay critical updates, and undermine continuity of safety oversight and drive increased Panel engagement in submissions and assessment time. Therefore, a Direct Award is the most practical, economical, and low-risk procurement approach for the Industry as a whole.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-06077c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/003816-2026
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- UK5 - Transparency Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Direct
- Procurement Method Details
- Direct award
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
45 - Construction work
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
34632200 - Electrical signalling equipment for railways
45234115 - Railway signalling works
72225000 - System quality assurance assessment and review services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £420,614 £100K-£500K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Jan 20261 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 16 Jan 20261 months ago
- Contract Period
- 2 Feb 2026 - 31 Dec 2026 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE LIMITED
- Contact Name
- Gavin Jones
- Contact Email
- gavin.jones2@networkrail.co.uk
- Contact Phone
- +447734646598
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/003816-2026
16th January 2026 - Transparency 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-06077c-2026-01-16T11:33:08Z",
"date": "2026-01-16T11:33:08Z",
"ocid": "ocds-h6vhtk-06077c",
"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": "Gavin Jones",
"email": "gavin.jones2@networkrail.co.uk",
"telephone": "+447734646598"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.networkrail.co.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-COH-07052630",
"name": "SYNERGY RAIL",
"identifier": {
"scheme": "GB-COH",
"id": "07052630"
},
"address": {
"streetAddress": "264 High Street",
"locality": "Beckenham",
"postalCode": "BR3 1DZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI61"
},
"contactPoint": {
"email": "xchristodoulou@synergyrail.co.uk",
"telephone": "+447788924444"
},
"roles": [
"supplier"
],
"details": {
"url": "https://synergyrail.co.uk/",
"scale": "sme",
"vcse": false
}
}
],
"buyer": {
"id": "GB-PPON-PNZN-9524-VCQJ",
"name": "NETWORK RAIL INFRASTRUCTURE LIMITED"
},
"tender": {
"id": "ETCS System Safety Assurance",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "ETCS System Safety Assurance",
"description": "The Safety Assurance supplier will be responsible to support obtaining necessary approvals to support delivery of works. The safety assurance supplier will adhere to principles and standards in place according to the following: Application of the Common Safety method for Risk Evaluation and Assessment (NR Standard NR/L2/RSE/100/02). Commission Regulation (EU) 402/2013. The Future works scope is a modification to the in-service ETCS system operating between Heathrow (Stage A) and Ealing Broadway (Stage TB2), with the safety assurance expected to build upon the existing works and documentation produced for these stages.",
"status": "complete",
"procurementMethod": "direct",
"procurementMethodDetails": "Direct award",
"procurementMethodRationale": "The Western ETCS L2 project, commissioned in November 2023, represents the UK's first mainline deployment of ETCS Level 2. Synergy Rail was competitively appointed through all prior phases of the project since 2015 via the W&W Safety Assurance Framework (CP6), delivering end-to-end system assurance from GRIP 3 feasibility through to system commissioning and early post-commissioning support. Key services provided included: Development of the safety and acceptance strategy Interoperability verification and regulatory support Management of product acceptance processes. Oversight of all V&V activities and testing phases Completion of safety justifications for operational non-compliances Synergy Rail's contributions were highly commended by both FCCS SRP and ORR, with ORR explicitly recommending their methodology be used as a template for future ETCS deployments. Justification With the project now in a \"post-commissioning enhancement and non-compliance resolution phase\", continuity of system knowledge, safety case integrity and structure, and regulatory confidence are critical to the successful engagement with 4SP/FCCS-SRP and W&W -SRP and deployment. Synergy Rail is uniquely qualified for the following reasons: Unmatched technical familiarity with the deployed system, including contractors architecture, assurance processes, structure of the System Safety Case , Interoperability arguments, the Technical File and bespoke safety justifications used in deployment of the current ETCS L2 Solution. End-to-end project involvement, eliminating the onboarding risks and delays of a new provider Demonstrated regulatory credibility, having delivered a model process acknowledged by the ORR and FSSC-SRP have engendered trust and confidence in submissions streamlining both time to resolution and reduced the \"Pull\" on critical limited Regulator and Panel member involvement. Established relationships with Network Rail Engineering, Assurance Panel members and project teams Appointing an alternative provider would likely increase final cost, delay critical updates, and undermine continuity of safety oversight and drive increased Panel engagement in submissions and assessment time. Therefore, a Direct Award is the most practical, economical, and low-risk procurement approach for the Industry as a whole.",
"specialRegime": [
"utilities"
],
"lots": [
{
"id": "1",
"status": "complete"
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
}
],
"riskDetails": "Not Applicable",
"procurementMethodRationaleClassifications": [
{
"id": "additionalRepeatExtensionPartialReplacement"
}
]
},
"awards": [
{
"id": "1",
"title": "ETCS System Safety Assurance",
"status": "pending",
"value": {
"amountGross": 504737,
"amount": 420614.17,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-07052630",
"name": "SYNERGY RAIL"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34632200",
"description": "Electrical signalling equipment for railways"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "72225000",
"description": "System quality assurance assessment and review services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"contractPeriod": {
"startDate": "2026-02-02T00:00:00+00:00",
"endDate": "2026-12-31T23:59:59+00:00"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "003816-2026",
"documentType": "awardNotice",
"noticeType": "UK5",
"description": "Transparency notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/003816-2026",
"datePublished": "2026-01-16T11:33:08Z",
"format": "text/html"
}
],
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-01-29T23:59:59+00:00",
"status": "scheduled"
}
]
}
],
"language": "en"
}