Tender

Operational Property Inspections

NETWORK RAIL INFRASTRUCTURE LIMITED

This public procurement record has 1 release in its history.

Tender

16 Mar 2026 at 11:44

Summary of the contracting process

Network Rail Infrastructure Limited is seeking to procure services for Operational Property Inspections across the Central Route and West Coast Mainline South Route. This contract is part of their efforts for the remainder of Control Period 7, with the aim to mitigate risks associated with building asset failures. The tender is currently active and falls under the industry category of building surveying services. This procurement is valued at £1,800,000 gross and employs an open procurement method with a competitive flexible procedure. Interested parties must submit their proposals electronically via Network Rail's Bravo solution by the deadline of 29th May 2026. The contract is scheduled to commence on 1st August 2026 and conclude by 31st March 2027.

This tender presents significant opportunities for businesses involved in building surveying and asset management services, particularly those experienced with rail infrastructure. Companies with qualified personnel in STE05 standards and relevant competencies such as Personal Track Safety (PTS) are well-suited to compete for this contract. With a focus on ensuring safe and operational environments within railway properties, successful tenderers will have the opportunity to contribute to the strategic management of critical infrastructure, thus paving the way for potential long-term partnerships with Network Rail and growth within the utilities and public sector. The contract will also call for robust methodologies and comprehensive resource planning to align with Network Rail's operational schedules and safety requirements.

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

Notice Title

Operational Property Inspections

Notice Description

This procurement is to deliver the Operational Property visual and detailed examination programme throughout Central Route and West Coast Mainline South Route for the remainder of Control Period 7, in accordance with the requirements of NR/L2/CIV/171 and NR/L3/CIV/006. The requirements for Operational Property assets are to mitigate the risk of functional failure of a Buildings asset which may result in health, safety, environmental or operational incidents. The top risks identified in operational property are due to failure of assets leading to: * Loss of safe environment; including objects falling from height and Mechanical & Electrical infrastructure failures * Slips, trips and falls at building assets * Train collision The output of the examinations will be used to derive the future budgets through scoping of planned preventative maintenance works to demonstrate examination compliance with the Office of Rail and Road (ORR).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-066ad8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023425-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71315300 - Building surveying services

Notice Value(s)

Tender Value
£1,500,000 £1M-£10M
Lots Value
£1,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Mar 20262 weeks ago
Submission Deadline
29 May 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Jul 2026 - 31 Mar 2027 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
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-066ad8-2026-03-16T11:44:13Z",
    "date": "2026-03-16T11:44:13Z",
    "ocid": "ocds-h6vhtk-066ad8",
    "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": "Joanna Reece",
                "email": "joanna.reece@networkrail.co.uk",
                "telephone": "+447969459584"
            },
            "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"
    },
    "planning": {
        "noEngagementNoticeRationale": "Expression of interest issued through RISQs"
    },
    "tender": {
        "id": "ocds-h6vhtk-066ad8",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Operational Property Inspections",
        "description": "This procurement is to deliver the Operational Property visual and detailed examination programme throughout Central Route and West Coast Mainline South Route for the remainder of Control Period 7, in accordance with the requirements of NR/L2/CIV/171 and NR/L3/CIV/006. The requirements for Operational Property assets are to mitigate the risk of functional failure of a Buildings asset which may result in health, safety, environmental or operational incidents. The top risks identified in operational property are due to failure of assets leading to: * Loss of safe environment; including objects falling from height and Mechanical & Electrical infrastructure failures * Slips, trips and falls at building assets * Train collision The output of the examinations will be used to derive the future budgets through scoping of planned preventative maintenance works to demonstrate examination compliance with the Office of Rail and Road (ORR).",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71315300",
                        "description": "Building surveying services"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1800000,
            "amount": 1500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "A EOI has been issued via RISQ's, following this, the EOI suppliers will be taken through to a PSQ, the most 3 successfull suppliers will then be taken through to the ITT."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "submissionMethodDetails": "https://networkrail.bravosolution.co.uk/web/login.html",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-29T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-20T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 1800000,
                    "amount": 1500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Methodolgy & Programme",
                            "description": "Question 1- Resource, Quality and Availability The Tenderer's submission must state whether they have the resources and capability to complete the package(s) within the timescales indicated. The Tenderer shall as part of their submission demonstrate how many persons within their organisation are suitably qualified to STE05 (or equivalent) and hold relevant competencies (PTS and Level C). In order to substantiate the Tenderer shall submit: a. A completed \"Resource and Competency Matrix\" Sheet (Competencies Document). Responses should give assurance of the following; * How many qualified staff do you have available to deliver the package to a compliant programme. * What is your current commitment from April 2026? * How many qualified resources do you have available in-house for that programme? And what would you subcontract? Question 2- Please submit outline statements of the methods by which it intends to execute the Services from time of award of Contract until completion. The Tender shall ensure that the outline Method Statement includes; - a clear statement of the Tenderer's intended methods of working; - provides details of any contingency arrangements; - takes full account of train operations and any possession arrangements; and - gives full details of any preliminary/advance and temporary work requirements. Outline Programme Please submit an Outline Programme in bar chart format showing the major sequence of the various activities required, including mobilisation, start and completion of Services to meet the milestones/contract programme dates (i.e. 31st March 2027). The programme shall show all significant milestones, activities and durations sufficient and appropriate for a contract of the size and complexity described within this Invitation to Tender. The programme shall include any deliverables to be provided by Network Rail (if any). Due note shall be taken of available possessions, isolation and speed restrictions as stated in the tender documentation. Any inability to comply with the constraints imposed by the Rules of the Route and any variation required to the Rules shall be clearly stated herein. The Tenderer shall indicate in its submission those possessions, isolations and speed restrictions they intend to utilise for the Works.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-08-01T00:00:00+01:00",
                    "endDate": "2027-03-31T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "The below list of documents will be issued with the PSQ - Intructions to Participants -Form of Tender - Draft NR1 contract -Contract Arrangements - Scope of works - any other supporting tecnical documents relating to the tender -"
            },
            {
                "id": "023425-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/023425-2026",
                "datePublished": "2026-03-16T11:44:13Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}