Notice Information
Notice Title
183592 CP7 Earthworks Asset Monitoring Capital Delivery Western Framework
Notice Description
The project scope is for surveys and monitoring in the Western 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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-060aaa
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/005137-2026
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK3 - Planned Procurement 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
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
- 21 Jan 20261 months ago
- Submission Deadline
- 10 Apr 20262 months to go
- Future Notice Date
- 6 Mar 20262 weeks to go
- Award Date
- Not specified
- Contract Period
- 2 Jul 2026 - 28 Sep 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE LIMITED
- Contact Name
- Not specified
- Contact Email
- margaret.powell@networail.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
- 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/005137-2026
21st January 2026 - Planned procurement notice on Find a Tender
Notice URLs
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-060aaa-2026-01-21T10:21:37Z",
"date": "2026-01-21T10:21:37Z",
"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"
}
]
},
"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@networail.co.uk"
},
"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 Western 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": "71332000",
"description": "Geotechnical engineering services"
},
{
"scheme": "CPV",
"id": "45120000",
"description": "Test drilling and boring work"
}
],
"deliveryAddresses": [
{
"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": "2026-07-03T00:00:00+01:00",
"endDate": "2029-09-28T23:59:59+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": "2026-03-06T23:59:59+00:00"
},
"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"
}