Notice Information
Notice Title
Digital access management solution
Notice Description
Network Rail intends to establish a framework agreement with Resonate for the supply of the Initaite software along with associated implementation services, ongoing maintenance, support and operational services. The Inititate software is a digital access management solution, which is an additional system which works with our existing Scalable signalling control systems and Luminate traffic managmeent system, both of which are manufactured by Resonate. The requirement includes delivery of the new software module; integration with existing Network Rail architecture; system configuration; testing and acceptance activities; and provision of service levels, maintenance, and operational support following implementation. The award will be a zero value framework, with a total maximum forecasted spend of PS47.8m over its 8 year duration. No extension options are allowed.The framework will enable regional call-off contracts, including performance management through three call-off-level KPIs. All notices associated with framework and call-off activity-including transparency, contract award, contract details, performance and change notices-will be issued in line with Procurement Act 2023 requirements. The goods and services will be delivered by Resonate under the NR(IT)02 framework contract structure, using updated schedules aligned to existing Luminate licence terms and Network Rail responsibilities.
Procurement Information
Resonate holds exclusive intellectual property rights over the Initiate system, including proprietary source code, data schemas, integration interfaces and system architecture components. As a result, only Resonate can deliver a solution that is fully compatible with Network Rail's current deployed systems of Luminate and Scalable platforms. A review of market options confirms that no alternative supplier can provide an equivalent level of functionality, interoperability or readiness within the required timescales, and procuring from another supplier would necessitate redevelopment of core components, introduce significant delay and prevent realisation of the intended operational benefits. These constraints arise from the inherent technical architecture rather than procurement preference, and no reasonable alternatives exist. A market scan and technical assessment further confirm that, for technical reasons, Resonate is the only supplier able to provide a system compatible with the existing Luminate and Scalable environments while delivering the required capability. Any alternative supplier would face prohibitive re-engineering requirements due to Resonate's proprietary architecture, integration protocols and data models. Consequently, there is an absence of viable competition and no reasonable alternative solutions currently available. The zero-value structure of the framework ensures proportionality by preserving Network Rail's ability to consider emerging technological alternatives in future and prevents unnecessary supplier lock-in. The requirement also constitutes an extension to the existing Luminate and Scalable systems. The proposed solution relies on the same proprietary architecture, interfaces, data structures and operational workflows. Changing supplier at this point would result in incompatible or non-uniform system components, requiring substantial re-engineering of underlying systems and altering operational processes in a way that would create disproportionate technical difficulties in operation and maintenance, including increased risk to system stability, additional support complexity and duplicated development effort. Procuring the extension of the existing systems from Resonate is therefore necessary to maintain system integrity. The zero-value contract structure again ensures proportionality and maintains future flexibility should compatible bolt-on solutions become available from the wider market.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-066873
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/022765-2026
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Direct
- Procurement Method Details
- Direct award
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72260000 - Software-related services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £47,800,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Mar 2026Yesterday
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 11 Mar 20264 days ago
- Contract Period
- 27 Mar 2026 - 26 Mar 2034 Over 5 years
- 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
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/022765-2026
13th March 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/022358-2026
12th March 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-066873-2026-03-13T10:24:45Z",
"date": "2026-03-13T10:24:45Z",
"ocid": "ocds-h6vhtk-066873",
"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": {
"email": "MWESourcing@networkrail.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.networkrail.co.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PVTL-6222-JRBP",
"name": "Resonate Group Limited",
"identifier": {
"scheme": "GB-PPON",
"id": "PVTL-6222-JRBP"
},
"address": {
"streetAddress": "2 Hudson Way",
"locality": "Derby",
"postalCode": "DE24 8HS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF11"
},
"contactPoint": {
"email": "hello@resonate.tech"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false
}
},
{
"id": "GB-COH-02904587",
"name": "NETWORK RAIL INFRASTRUCTURE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02904587"
},
"additionalIdentifiers": [
{
"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": "MWESourcing@networkrail.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-COH-05839985",
"name": "RESONATE GROUP LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "05839985"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVTL-6222-JRBP"
}
],
"address": {
"streetAddress": "Hudson House 2 Hudson Way",
"locality": "Derby",
"postalCode": "DE24 8HS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF11"
},
"contactPoint": {
"email": "bids@resonate.tech"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.resonate.tech",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-COH-02904587",
"name": "NETWORK RAIL INFRASTRUCTURE LIMITED"
},
"tender": {
"id": "project_45520",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Digital access management solution",
"description": "Network Rail intends to establish a framework agreement with Resonate for the supply of the Initaite software along with associated implementation services, ongoing maintenance, support and operational services. The Inititate software is a digital access management solution, which is an additional system which works with our existing Scalable signalling control systems and Luminate traffic managmeent system, both of which are manufactured by Resonate. The requirement includes delivery of the new software module; integration with existing Network Rail architecture; system configuration; testing and acceptance activities; and provision of service levels, maintenance, and operational support following implementation. The award will be a zero value framework, with a total maximum forecasted spend of PS47.8m over its 8 year duration. No extension options are allowed.The framework will enable regional call-off contracts, including performance management through three call-off-level KPIs. All notices associated with framework and call-off activity-including transparency, contract award, contract details, performance and change notices-will be issued in line with Procurement Act 2023 requirements. The goods and services will be delivered by Resonate under the NR(IT)02 framework contract structure, using updated schedules aligned to existing Luminate licence terms and Network Rail responsibilities.",
"status": "complete",
"procurementMethod": "direct",
"procurementMethodDetails": "Direct award",
"procurementMethodRationale": "Resonate holds exclusive intellectual property rights over the Initiate system, including proprietary source code, data schemas, integration interfaces and system architecture components. As a result, only Resonate can deliver a solution that is fully compatible with Network Rail's current deployed systems of Luminate and Scalable platforms. A review of market options confirms that no alternative supplier can provide an equivalent level of functionality, interoperability or readiness within the required timescales, and procuring from another supplier would necessitate redevelopment of core components, introduce significant delay and prevent realisation of the intended operational benefits. These constraints arise from the inherent technical architecture rather than procurement preference, and no reasonable alternatives exist. A market scan and technical assessment further confirm that, for technical reasons, Resonate is the only supplier able to provide a system compatible with the existing Luminate and Scalable environments while delivering the required capability. Any alternative supplier would face prohibitive re-engineering requirements due to Resonate's proprietary architecture, integration protocols and data models. Consequently, there is an absence of viable competition and no reasonable alternative solutions currently available. The zero-value structure of the framework ensures proportionality by preserving Network Rail's ability to consider emerging technological alternatives in future and prevents unnecessary supplier lock-in. The requirement also constitutes an extension to the existing Luminate and Scalable systems. The proposed solution relies on the same proprietary architecture, interfaces, data structures and operational workflows. Changing supplier at this point would result in incompatible or non-uniform system components, requiring substantial re-engineering of underlying systems and altering operational processes in a way that would create disproportionate technical difficulties in operation and maintenance, including increased risk to system stability, additional support complexity and duplicated development effort. Procuring the extension of the existing systems from Resonate is therefore necessary to maintain system integrity. The zero-value contract structure again ensures proportionality and maintains future flexibility should compatible bolt-on solutions become available from the wider market.",
"procurementMethodRationaleClassifications": [
{
"id": "singleSuppliersIntellectualPropertyExclusiveRights"
},
{
"id": "singleSuppliersTechnicalReasons"
},
{
"id": "additionalRepeatExtensionPartialReplacement"
}
],
"specialRegime": [
"utilities"
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"type": "closed"
}
},
"lots": [
{
"id": "1",
"status": "complete"
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
}
]
},
"awards": [
{
"id": "1",
"status": "pending",
"value": {
"amountGross": 57360000,
"amount": 47800000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PVTL-6222-JRBP",
"name": "Resonate Group Limited"
},
{
"id": "GB-COH-05839985",
"name": "RESONATE GROUP LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72260000",
"description": "Software-related services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"contractPeriod": {
"startDate": "2026-03-27T00:00:00Z",
"endDate": "2034-03-26T23:59:59+01:00"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "022358-2026",
"documentType": "awardNotice",
"noticeType": "UK5",
"description": "Transparency notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/022358-2026",
"datePublished": "2026-03-12T14:16:47Z",
"format": "text/html"
},
{
"id": "022765-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/022765-2026",
"datePublished": "2026-03-13T10:24:45Z",
"format": "text/html"
}
],
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-03-27T23:59:59Z",
"status": "scheduled"
}
],
"title": "Digital Access Management Framework",
"date": "2026-03-11T00:00:00Z",
"standstillPeriod": {
"endDate": "2026-03-25T23:59:59+00:00"
}
}
],
"language": "en"
}