Planning

183592 CP7 Earthworks Asset Monitoring Capital Delivery Western Framework

NETWORK RAIL INFRASTRUCTURE LIMITED

This public procurement record has 1 release in its history.

Planning

21 Jan 2026 at 10:21

Summary of the contracting process

Network Rail Infrastructure Limited, a central government public authority based in London, is in the planning stage of its tender process for the "183592 CP7 Earthworks Asset Monitoring Capital Delivery Western Framework." This project is focused on geotechnical engineering services, primarily involving earthwork monitoring within the UK. The procurement process follows an open procedure under the legal framework of UK legislation 2023/54. Key dates include the tender and award periods ending on 10th April 2026 and 8th June 2026, respectively. The contract period is set from 3rd July 2026 to 28th September 2029, with potential extensions up to 2030. The framework has an estimated gross value of £13,246,800 and will address four key workstreams including installation of failure detection systems and maintenance.

This tender presents substantial growth opportunities for businesses specialising in geotechnical engineering and related services. Companies that focus on earthworks monitoring, technical reporting, and infrastructure maintenance are well-suited to compete for this contract. The open procurement process provides accessibility for various enterprises, including SMEs and VCSEs, to demonstrate their expertise and capabilities in compliance with the Construction (Design and Management) Regulations 2015. With a framework agreement set to support long-term involvement, participating businesses can secure significant and continuous work while establishing relationships with a major public authority like Network Rail.

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

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

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

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

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-2026-01-21T10:21:37Z",
    "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"
}