Planning

183592 CP7 Earthworks Asset Monitoring Capital Delivery Western Framework

NETWORK RAIL INFRASTRUCTURE LIMITED

This public procurement record has 2 releases in its history.

Planning

19 Mar 2026 at 14:16

Planning

21 Jan 2026 at 10:21

Summary of the contracting process

Network Rail Infrastructure Limited is planning a procurement process for the "183592 CP7 Earthworks Asset Monitoring Capital Delivery Western Framework". This initiative focuses on geotechnical engineering services in the Western route and is part of the works procurement category under the utilities special regime. The engagement phase invites suppliers to participate in a market engagement questionnaire by 1 April 2026, aiming to gather insights into supplier capabilities and interest levels to shape the procurement strategy. The tender process is scheduled to begin with document submissions by 10 April 2026, with the award expected by 8 June 2026. The procurement method employed is the open procedure, promising transparency and access to various potential participants including SMEs and VCS organisations.

This tender presents substantial growth opportunities for businesses within the geotechnical engineering sector, particularly those involved in test drilling, boring work, and ground investigation services. As Network Rail seeks to install and maintain Earthwork Failure detection systems and survey technologies, firms with expertise in sensor installation, system maintenance, and vegetation management will find this framework beneficial. Suitable businesses would be those able to demonstrate technical and economic competence, aligning with the Construction (Design and Management) Regulations 2015. Moreover, the contract allows for a maximum extension of three additional years contingent on performance, offering further long-term prospects for capable suppliers.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

183592 CP7 Earthworks Asset Monitoring Capital Delivery Western Framework

Notice Description

The project scope is for surveys and monitoring in the W&W route for Geotech. This will roughly consist of four key workstreams. The first work stream is the installation of Earthwork Failure detection systems, these are utilised to detect failures and inform Route Control of earthwork movement. The second is Cant and Twist Sensors, these are track sensors installed at rail level to detect movement in embankments. The third is survey works called Ground Investigation Assessments (GIA), this is pre renewals works to install monitoring such as Piezometers/inclinometer to detect movement or changes in earthworks, technical reports and further recommendations may be requested as part of this workstream. The final is the ongoing maintenance of existing assets, ensuring they are kept live, functional and the systems communicate with route control. For EFD sites this might mean vegetation clearance around cameras, replacement when they are damaged and similar with the Cant and Twist schemes.

Lot Information

Lot 1

Renewal: 3 + 1 years extension subject to performance and any ad hoc or legacy work requirements

Planning Information

Please use the below link to complete our Market Engagement Questionnaire: https://forms.office.com/Pages/ResponsePage.aspx?id=4cMswn9dTU--A9WhWMyUCVegg2Yy8ehBm-sPKnRzoApUN0ZTSDNZVE9CNjRTTzNGTUpJQzVYWU9ZUi4u Earthworks Monitoring – Fill in form Responses will be reviewed to: - 1. The number of suppliers who can deliver against the scope and meet the conditions to participation criteria. 2. Does the proposed scope align to contractors’ ability to deliver. 3. The level of interest to confirm the procurement strategy. Completion of the questionnaire is not a prerequisite for future participation; however, it is strongly encouraged as it supports the effective planning and delivery of future activities. If you have any questions regarding this notice please contact Margaret.powell@networkrail.co.uk; Rebecca.cronick@networkrail.co.uk.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-060aaa
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025237-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45120000 - Test drilling and boring work

71332000 - Geotechnical engineering services

71351500 - Ground investigation services

Notice Value(s)

Tender Value
£11,039,000 £10M-£100M
Lots Value
£11,039,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Mar 20261 months ago
Submission Deadline
10 Apr 2026Expired
Future Notice Date
17 Apr 2026Expired
Award Date
Not specified
Contract Period
29 Sep 2026 - 30 Sep 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NETWORK RAIL INFRASTRUCTURE LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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-060aaa-2026-03-19T14:16:26Z",
    "date": "2026-03-19T14:16:26Z",
    "ocid": "ocds-h6vhtk-060aaa",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "005137-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/005137-2026",
                "datePublished": "2026-01-21T10:21:37Z",
                "format": "text/html"
            },
            {
                "id": "025237-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/025237-2026",
                "datePublished": "2026-03-19T14:16:26Z",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Please use the below link to complete our Market Engagement Questionnaire: https://forms.office.com/Pages/ResponsePage.aspx?id=4cMswn9dTU--A9WhWMyUCVegg2Yy8ehBm-sPKnRzoApUN0ZTSDNZVE9CNjRTTzNGTUpJQzVYWU9ZUi4u Earthworks Monitoring - Fill in form Responses will be reviewed to: - 1. The number of suppliers who can deliver against the scope and meet the conditions to participation criteria. 2. Does the proposed scope align to contractors' ability to deliver. 3. The level of interest to confirm the procurement strategy. Completion of the questionnaire is not a prerequisite for future participation; however, it is strongly encouraged as it supports the effective planning and delivery of future activities. If you have any questions regarding this notice please contact Margaret.powell@networkrail.co.uk; Rebecca.cronick@networkrail.co.uk.",
                "dueDate": "2026-04-01T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "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": {
                "email": "Margaret.Powell@networkrail.co.uk",
                "name": "Margaret Powell",
                "telephone": "+447766257485"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.networkrail.co.uk/",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNZN-9524-VCQJ",
        "name": "NETWORK RAIL INFRASTRUCTURE LIMITED"
    },
    "tender": {
        "id": "ocds-h6vhtk-060aaa",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "183592 CP7 Earthworks Asset Monitoring Capital Delivery Western Framework",
        "description": "The project scope is for surveys and monitoring in the W&W route for Geotech. This will roughly consist of four key workstreams. The first work stream is the installation of Earthwork Failure detection systems, these are utilised to detect failures and inform Route Control of earthwork movement. The second is Cant and Twist Sensors, these are track sensors installed at rail level to detect movement in embankments. The third is survey works called Ground Investigation Assessments (GIA), this is pre renewals works to install monitoring such as Piezometers/inclinometer to detect movement or changes in earthworks, technical reports and further recommendations may be requested as part of this workstream. The final is the ongoing maintenance of existing assets, ensuring they are kept live, functional and the systems communicate with route control. For EFD sites this might mean vegetation clearance around cameras, replacement when they are damaged and similar with the Cant and Twist schemes.",
        "status": "planned",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45120000",
                        "description": "Test drilling and boring work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71332000",
                        "description": "Geotechnical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351500",
                        "description": "Ground investigation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 13246800,
            "amount": 11039000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "method": "withoutReopeningCompetition",
                "type": "closed"
            }
        },
        "submissionMethodDetails": "https://networkrail.bravosolution.co.uk/ Tenderers please ensure you are enrolled in Bravo in order to participate in this event. More information will be provided at Tender Notice Stage Other Information",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-10T17:50:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-10T17:46:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-08T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "planned",
                "value": {
                    "amountGross": 13246800,
                    "amount": 11039000,
                    "currency": "GBP"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Assessed at PSQ The supplier must demonstrate competence to perform that role in accordance with the Construction (Design and Management) Regulations 2015 (CDM 2015) in order to obtain a PC licence"
                        },
                        {
                            "type": "technical",
                            "description": "Assessed at ITT The supplier must demonstrate competence to perform that role in accordance with the Construction (Design and Management) Regulations 2015 (CDM 2015) in order to obtain a PC licence"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-30T00:00:00+01:00",
                    "endDate": "2029-09-30T23:59:59+01:00",
                    "maxExtentDate": "2030-09-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 + 1 years extension subject to performance and any ad hoc or legacy work requirements"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-04-17T23:59:59+01:00"
        },
        "contractTerms": {
            "financialTerms": "The Contract used for this Framework is the NEC4 NR29 any changes to the Network T&C's will require Network Rail Legal approval prior to contract award. The draft NEC4 NR29 will be issued with the Tender Documentation."
        },
        "riskDetails": "KPI's are being established and will be issued at time of tender. The framework agreement will include clear provisions for managing supplier non-performance. Should the supplier fail to meet contractual obligations or KPIs, they will be given a defined period to implement corrective actions and rectify any identified issues. Should the supplier fail to corrective the non-compliance within this period, the contract will include termination for default clauses allowing Network Rail to end the agreement. Emergency Procurement / Direct Award under Procurement Act 2023 - Should there be sufficient documentation to evidence urgency and risk. Direct Award to the Runner-Up from the Tender - awarded through tender variation clause should the runner up evidence capability and readiness."
    },
    "language": "en"
}