Notice Information
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).
Notice Details
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
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/023425-2026
16th March 2026 - Tender 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-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"
}