Tender

183592 CP7 Earthworks Asset Monitoring Capital Delivery Western Framework

NETWORK RAIL INFRASTRUCTURE LIMITED

This public procurement record has 1 release in its history.

Tender

27 Apr 2026 at 09:02

Summary of the contracting process

Network Rail Infrastructure Limited is actively conducting a tender process titled "183592 CP7 Earthworks Asset Monitoring Capital Delivery Western Framework", aimed at enhancing earthworks asset monitoring across the W&W route. The procurement falls under the construction industry category and is situated within the United Kingdom, specifically London. The tender is currently at the 'tender' stage with key deadlines including an expression of interest deadline on 3 July 2026, an enquiry period ending on 29 June 2026, and the award expected to conclude on 20 July 2026. Suppliers must register through Network Rail’s procurement system to participate, following the competitive flexible procedure set out within the Procurement Act 2023.

This tender presents significant business growth opportunities, particularly for enterprises specialising in infrastructure monitoring solutions. Companies possessing expertise in systems like track cant and twist monitoring, earthwork failure detection, and remote condition monitoring in safety-critical environments will find this opportunity advantageous. With an estimated contract value of approximately £13.25 million, the framework allows for ongoing engagement until October 2029, with possibilities for extension. Businesses capable of managing rail possessions and equipped with safety-critical technical capabilities stand well-suited to compete, as the procedure requires demonstrating principal contractor qualifications and comparable project experience within the past five years.

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

Notice Title

183592 CP7 Earthworks Asset Monitoring Capital Delivery Western Framework

Notice Description

The project scope is for surveys and monitoring in the W&W 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-068b3d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/037859-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

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
27 Apr 20262 weeks ago
Submission Deadline
29 Jun 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
6 Aug 2026 - 1 Oct 2029 3-4 years
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-068b3d-2026-04-27T10:02:45+01:00",
    "date": "2026-04-27T10:02:45+01:00",
    "ocid": "ocds-h6vhtk-068b3d",
    "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": "Margaret Powell",
                "email": "Margaret.Powell@networkrail.co.uk",
                "telephone": "+447766257485"
            },
            "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-068b3d",
        "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 W&W 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": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 13246800,
            "amount": 11039000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The procurement will be conducted as a Competitive Flexible Procedure in accordance with the Procurement Act 2023. Suppliers will be required to submit both supplier selection information and tender responses as part of a single submission. Selection questions are included to enable the contracting authority to assess supplier eligibility, financial standing, and technical capability. Tender questions relate to the evaluation of the supplier's proposed solution and pricing. Although these questions are issued within the same tender pack, the contracting authority will evaluate responses sequentially to ensure compliance with procurement law. The evaluation process will be conducted in the following order: 1. Assessment of exclusion grounds. PSQ 2. Assessment of supplier selection criteria (financial and technical capability). PSQ 3. Evaluation of tenders against the published award criteria. ITT Only the 4 highest scoring suppliers who meet the selection requirements will move forward to award evaluation. This approach is consistent with the competive flexible procedure permitted under the Procurement Act 2023 and ensures transparency, equal treatment, and proportionality in the procurement process. All Participants are required to review all tender documents for full details Ground for Participation Supplier Capability As part of the supplier selection assessment, suppliers must demonstrate that they possess the necessary technical capability and professional competence to deliver the contract. In order to participate in this procurement process, suppliers must demonstrate that they: * Hold appropriate Principal Contractor qualifications relevant to the delivery of the works and in accordance with applicable health and safety legislation. * Have demonstrable experience of acting as Principal Contractor on comparable projects. * Have the capability and competence to manage possessions and access arrangements safely and effectively where works are required within operational or controlled infrastructure environments. We need the ability for rail possessions to managed and instructed for contract award, no allowances will be made to obtain this post award this is a strict eligibility condition: if a bidder does not currently meet the requirement, they are automatically disqualified. . This requirement is mandatory, directly related to the subject matter of the contract, and will be applied fairly to all bidders. Safety-Critical Technical Capability Due to the safety-critical nature of the works, suppliers must demonstrate that they possess the necessary technical capability and relevant experience in delivering infrastructure monitoring solutions within operational environments. To participate in this procurement process, suppliers must demonstrate proven experience in the design, implementation, and/or management of monitoring systems used to detect and manage infrastructure risk. Suppliers must provide evidence of experience in one or more of the following areas: * Operation or deployment of Track Cant and Twist (C&T) automated monitoring systems. * Implementation or management of Earthwork Failure Detection (EFD) systems. * Delivery or operation of Remote Condition Monitoring (RCM) solutions for infrastructure or geotechnical assets. * Experience of delivering monitoring solutions within safety-critical transport or infrastructure environments, including the management of data alerts, thresholds, and escalation procedures. Suppliers must provide examples of at least two comparable projects delivered within the past five years demonstrating relevant capability. These requirements will be assessed at both PSQ and ITT. Please ensure you have you have experience in delivering these systems along the railway. Failure to evidence these requirements specifically will result in an PSQ failure and your ITT submission will not be evaluated."
        },
        "mainProcurementCategory": "works",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "participationFees": [
            {
                "id": "ocds-h6vhtk-068b3d",
                "type": [
                    "win"
                ],
                "description": "N/A"
            }
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "method": "withoutReopeningCompetition",
                "periodRationale": "N/A",
                "type": "closed",
                "description": "Schedule of rates with each defined individual call off as a fixed price lump sum"
            }
        },
        "submissionMethodDetails": "To participate in the Earthworks Monitoring Framework, suppliers must be enrolled on our procurement system: https://networkrail.bravosolution.co.uk/web/login.html Please ensure your organisation is fully registered before attempting to access the tender. The first stage: PSQ reference is: pqq_3882 - 183592 CP7 Earthworks Asset Monitoring Capital Delivery W&W This reference should allow you to add your supplier profile to the project within the portal. If you experience any difficulties adding yourself to the project, please contact: Margaret Powell - Senior Buyer margaret.powell@networkrail.co.uk Rebecca Cronick - Senior Buyer rebecca.cronick@networkrail.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-07-03T17:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-06-29T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-20T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 13246800,
                    "amount": 11039000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "100%",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical and Methodology",
                            "description": "PSQ 100% Technical & Ability question 1 20% Technical & Ability question 2 20% Technical & Ability question 3 20% Reporting & Data Management 20% H&S - 20% ITT Technical: 50% Technical & Methodology 25% Outline Programme - PASS/FAIL Contract Org, key personnel & CV's, Sub-Contractors and Suppliers -10% HSEA 5% Sustainability and Social Value- 10% Commercial & Pricing Evaluation - 50%"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "1. Supplier Financial Health Model Score greater than or equal to 40%. 2. Debarment Details 3. The following insurances in place post contract award: - Employer's (Compulsory) Liability Insurance = PS10m - Public Liability Insurance = PS10m - Professional Indemnity Insurance = PS10m 4. Registry with the CDP (Central Digital Platform)"
                        },
                        {
                            "type": "technical",
                            "description": "Supplier Capability As part of the supplier selection assessment, suppliers must demonstrate that they possess the necessary technical capability and professional competence to deliver the contract. In order to participate in this procurement process, suppliers must demonstrate that they: * Hold appropriate Principal Contractor qualifications relevant to the delivery of the works and in accordance with applicable health and safety legislation. * Have demonstrable experience of acting as Principal Contractor on comparable projects. * Have the capability and competence to manage possessions and access arrangements safely and effectively where works are required within operational or controlled infrastructure environments. We need the ability for rail possessions to managed and instructed for contract award, no allowances will be made to obtain this post award this is a strict eligibility condition: if a bidder does not currently meet the requirement, they are automatically disqualified. . This requirement is mandatory, directly related to the subject matter of the contract, and will be applied fairly to all bidders. Safety-Critical Technical Capability Due to the safety-critical nature of the works, suppliers must demonstrate that they possess the necessary technical capability and relevant experience in delivering infrastructure monitoring solutions within operational environments. To participate in this procurement process, suppliers must demonstrate proven experience in the design, implementation, and/or management of monitoring systems used to detect and manage infrastructure risk. Suppliers must provide evidence of experience in one or more of the following areas: * Operation or deployment of Track Cant and Twist (C&T) automated monitoring systems. * Implementation or management of Earthwork Failure Detection (EFD) systems. * Delivery or operation of Remote Condition Monitoring (RCM) solutions for infrastructure or geotechnical assets. * Experience of delivering monitoring solutions within safety-critical transport or infrastructure environments, including the management of data alerts, thresholds, and escalation procedures. Suppliers must provide examples of at least two comparable projects delivered within the past five years demonstrating relevant capability. These requirements will be assessed at both PSQ and ITT. Please ensure you have you have experience in delivering these systems along the railway. Failure to evidence these requirements specifically will result in an PSQ failure and your ITT submission will not be evaluated."
                        },
                        {
                            "description": "open for PSQ",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-07T00:00:00+01:00",
                    "endDate": "2029-10-01T23:59:59+01:00",
                    "maxExtentDate": "2030-10-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 + 1 years extension subject to performance and any ad hoc or legacy work requirements"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Via PSQ"
            },
            {
                "id": "037859-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/037859-2026",
                "datePublished": "2026-04-27T10:02:45+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "NEC4 NR29 Contract agreement Apps and Certs"
        },
        "riskDetails": "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. 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"
}