Talk to us 01204 238 046

Rail Tenders

Rail improvement and innovation features high on the government’s list of priorities, with significant committed investments into railway infrastructure, and other methods of transport across the UK. As well as HS2, there are a number of other developments up and down the country, including the Transpennine upgrade, Crossrail and numerous projects for Transport of London. This continues to present suppliers of the rail industry with an incredible opportunity to tender for some potentially landmark contracts.

Get in touch with
our experts

Rail

How to win rail tenders

With a remit spanning several key areas, it can sometimes be complicated to understand the specific requirements of each individual bid. This task can often fall upon those who already perform other operational and development roles, leading to the pressure of time management, impacting on the level of your bid success.

  • - Regardless of the service or product you are looking to supply, health & safety is absolutely key to the rail industry. Showing a clear understanding, recognition of the importance of health & safety, and demonstrating how you will overcome any such challenges to prevent any risks will support your success.

  • - Many providers are looking for suppliers to support them in ensuring a legacy is left after the contract or project. This often involves thinking far beyond the contract term. A focus on CSR, recruitment and training, and efficiency is recommended.

  • - Collaboration and effective communication is critical to any partnership. You will need to evidence how you can work with multiple stakeholders and maintain a strong working relationship throughout the contract.

Get bid support

What services do rail tenders cover?

With a wide range of investments across the rail industry the diversity of services, works and products that suppliers can offer is evolving, providing more opportunities for a variety of innovative solutions to transform this industry. Some examples of rail tender opportunities include;

National Welding
Vegetation Management
Waste Clearance
Railway Engineering Services
Railway Consultancy
Railway Rolling Stock
Railway Equipment
I’m looking for Construction Work Contracts in Manchester
I’m looking for
In
Must be valued between and
CPV should be
Buyer/Publisher name is
Prior information notices should be
Winners name is

Published date should be
Deadline date should be
Likely Re-Tender date should be

Get notifications of Future Tenders of this type

Tender Value Published Deadline
MARKET ENGAGEMENT ACTIVITY Parliamentary Agents – Adapted High Speed Rail (Crewe – Manchester) Bill, supporting NPR
UK London Department for Transport

Value:
Published: 2024-04-16
Deadline:
2024-04-16
Eastern Region Ecological Advisory Services Framework
UK London Network Rail Infrastructure Ltd

Please note that any content received via response to this Notice will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender. This Notice does not constitute a call for competition to procure any services, supplies or works mentioned in this Notice and Network Rail will not accept any proposals offered in response to this Notice. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any Notice event. Any procurement of any services, supplies or works by Network Rail will be carried out in accordance with the provisions of the Utilities Contracts Regulations 2016, as updated from time to time. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice issued does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement.

Value:
Published: 2024-04-10
Deadline:
2024-04-10
Market Engagement Event: TransPennine Route Upgrade, Project W2BC, ES5-8 Civils and Station Strategy, Market Engagement Event
UK London Network Rail Infrastructure Ltd

Network Rail is committed to ensuring fairness, openness, and transparency. In addition, we encourage the participation of Small Medium Enterprises, commonly known as SMEs. All information provided on Network Rail's current thinking as part of the market engagement exercise (including the contents of this notice and the Request for Information) should be considered indicative in nature and no overall decision on the delivery model has yet been made. The market engagement exercise is not a formal request for expressions of interest. Participation or non-participation in this exercise will not confer any advantage or disadvantage on any person in respect of any future competitive procurement process. However, the results of the market engagement exercise (including written responses and any clarification questions or meetings) may be used to shape and refine the delivery model before any formal competitive procurement process is launched. Respondents should note that information provided in response to the market engagement exercise may (at Network Rail's discretion) be disclosed by Network Rail to its directly appointed advisers and consultants (all of whom are subject to obligations of confidentiality as part of their appointment). The information provided in responses may also be disclosed, in a suitably summarised and anonymised form, to other stakeholders and to other interested persons. Notwithstanding that, where any response (or any part of it) is genuinely commercially sensitive, the respondent should make this clear, and Network Rail will not include that in any wider publication (beyond its directly appointed advisers and consultants). Network Rail is not obliged to respond to any correspondence related to the market engagement exercise. Direct or indirect canvassing of Network Rail (or any person connected with it) by any person concerning the market engagement exercise, or any attempt to procure information outside of the defined process is discouraged and may (in certain circumstances) require the disqualification of the relevant person(s) from participation in any future competitive procurement process. Any costs of participation in this market engagement exercise will be borne by the respondent. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. All information provided by Network Rail during this market engagement exercise is at an early stage of development, is not intended by Network Rail to create any contract or other commitment and is not intended by Network Rail to be otherwise relied on by any person to any extent. Network Rail shall have no liability for any losses incurred by any person as a result any such reliance. As a reminder, this is not a call for competition.

Value:
Published: 2024-03-19
Deadline:
2024-03-19
Eastern Region Examinations Contract: Structures Framework
UK London Network Rail Infrastructure Ltd

Please note that any content received via response to this Notice will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender. This Notice does not constitute a call for competition to procure any services, supplies or works mentioned in this Notice and Network Rail will not accept any proposals offered in response to this Notice. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any Notice event. Any procurement of any services, supplies or works by Network Rail will be carried out in accordance with the provisions of the Utilities Contracts Regulations 2016, as updated from time to time. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice issued does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement.

Value:
Published: 2024-03-07
Deadline:
2024-03-07
NCC1321 Animating Ashington
UK Morpeth Northumberland County Council

Northumberland County Council is the lead partner for the Ashington Regeneration Programme, with funding provided by a number of different sources. As part of this Regeneration Programme, the Council seek to appoint an exceptional cultural and creative professional team to design and deliver a distinct series of cultural events and activities that engage local people and businesses, attract visitors and complement the Ashington Investment Plan objectives. Community engagement will be at the heart of the Animating Ashington project with a focus on children and young people.Specifically, the project will:• Appoint a cultural and creative professional team or company to develop and deliver a distinct programme of intergenerational cultural inspired performance events and responses that activate, animate and mobilise the town centre, with an overall programme theme based on colour, animation and the high street.• Increase activity to the town’s current offer including activation of existing and proposed new sites to demonstrate potential through a programme of events concentrated throughout the year. Expanded activities could include festivals, makers, craft and lifestyle markets, projections, lighting events and engaging performances that give residents new reasons to visit the town centre and add to the appeal of Ashington as a destination for rail users from summer 2024.• Increase the understanding of the town’s culture and consider contemporary responses to support a future focused approach and vision to reimagine the purpose and function of the town.• Encourage business collaboration particularly with those trading in the town centre to foster a culture of working together to present the diversity of offer and ability of the town centre to promote Ashington as a destination.• Increase civic pride, encourage public participation and create a legacy and local ownership of annual events via partnership working and an asset-based approach.• Support audience development, establish and nurture connections to residents, schools and local businesses.

Value:
Published: 2024-03-06
Deadline: 2024-04-04
2024-03-06 2024-04-04
Lead Design Organisation for the Transpennine Route Upgrade Project W2BC
UK London Network Rail Infrastructure Ltd

The Network Rail “Hub” Engineering Team will be responsible for design integration and assurance for the W2bc project. The team will be split into two; the Integration Hub and the Engineering Assurance Team. The Integration Hub is responsible for the integration of all Design Organisations (designs and management of these as produced in the 3D BIM environment). The Engineering Assurance Team provides assurance to Design Organisations (DOs) designs as per the requirement outlined in NR/L2/RSE/02009.The Integration Hub will be supported by a Lead Design Organisation (LDO), which will complete a pivotal role in ensuring that the design process is integrated and well executed, with its primary function being to ensure that the design objectives are met, design activities are coordinated within disciplines and across disciplines and that design quality is maintained throughout the project lifecycle.Key aspects of the Lead Design Organisation role will include (but not limited to):1. Coordination of multiple discipline design teams. This coordination ensures that various design components integrate seamlessly.2. Providing oversight and quality control for the design process3. Ensuring solutions are co-ordinated with programme objectives and are complementary to the wider adjoining Transpennine delivery arms.4. Providing a key role in making design-related decisions, including resolving design conflicts, addressing design changes, and ensuring that design decisions align with project goals and requirements.5. Captures and identifies potential design risks and develops strategies to mitigate them.6. Responsibility for maintaining comprehensive design documentation, including design specifications, drawings, models, and other design-related documents.7. Engagement with stakeholders 8. Interdisciplinary Collaboration to ensure that the design is multidisciplinary and holistic.9. Continuous Improvement and seeking opportunities to enhance design efficiency, innovation, and quality.

Value:
Published: 2024-03-05
Deadline: 2024-03-11
2024-03-05 2024-03-11
Clyde Metro Multi-Disciplinary Consultancy Framework
UK Glasgow Strathclyde Partnership for Transport

The generic areas of this lot are listed below. In future we may call off services which are linked to this list, but the list is not exhaustive and we may utilise this framework for any or all of our transport engineering requirements in relation to the Clyde Metro.Transport EngineeringFixed route public transport engineering including planning, design, systems maintenance and optimisationPermanent Way Design for a variety of fixed route public transport modesFixed route public transport systems operational policy and proceduresFixed route public transport signalling and control systemsRoads, Highways, Bridges & Infrastructure EngineeringPedestrian Way DesignCycleway DesignHeavy and light rail engineering systems design including rolling stock and power systemsAdvise on New Fleet Commissioning, Lifespans, Maintenance and Replacement processes across a variety of public transport modesSpecialised Transport Engineering Services for Bus, Train and Mass Transit Station Development including Mobility Hubs and associated facilities to assist with public transport integrationCivil, Structural & Geotechnical EngineeringCivil EngineeringStructural EngineeringTunnelling including Refurbishment and MaintenanceGroundwater, Geotechnical and Topographical servicesDrainage Design and Water and Waste Water EngineeringGeotechnical EngineeringBuilding Design and Refurbishment including depots and maintenance facilitiesUtilities Design and RelocationMechanical & Electrical EngineeringHigh voltage power supply and distribution systems designMechanical and Electrical Engineering DesignHeating / Energy System and Lighting DesignConsultation & EngagementAssist with the preparation of consultation responses and parliamentary inquiries on Clyde Metro mattersConsultation and engagement with elected members, stakeholders, businesses and communitiesDevelopment of stakeholder management plans and stakeholder mappingMiscellaneousQuantity SurveyingPractical application of new technologies and related design solutions for their implementation

Value: 20000000
Published: 2024-02-28
Deadline: 2024-03-28
20000000 2024-02-28 2024-03-28
Midlands Rail Hub Alliance – Alliance Partners (Non-Signalling Disciplines)
UK London Network Rail Infrastructure Ltd

The key objectives of MRH are to improve connectivity across the Midlands region; boost economic growth; maximise use of HS2 to London through interchange in Central Birmingham; improve access to jobs, leisure, healthcare, and education; optimise the utilisation of station capacity in central Birmingham; and make rail journeys more attractive and encourage modal shift to rail. The scope of the Alliance includes, but is not limited to, the design and build of: new platforms and sidings; up to two new chords into Birmingham Moor Street; widening of existing viaduct; power supply upgrades; new freight loops; new overhead line equipment (OLE) and various signalling works including the re-modelling of existing layouts. The MRH programme consists of multidisciplinary infrastructure interventions are split over three sections described as West, Central and East according to the additional train services that they enable. The scope is currently divided into eight interventions across the three sections: West & Central Midlands interventions at Snow Hill, King’s Norton to Barnt Green (and interventions at King’s Norton and Barnt Green) and Birmingham Bordesley to Moor Street are in the process of securing final funding approval and are intended to be the initial deliverables. Additional interventions are also in scope of MRH and may be delivered subject to funding decisions and design development including West & Central interventions at Worcester to Hereford and Stoke Works Junction and East Midlands interventions at Water Orton and Nuneaton to Wigston. East interventions are at an earlier stage of design development and are intended to form part of a separate business case; these interventions are subject to future funding decisions. It is also envisaged that the West intervention of Worcester-Hereford will be delivered by the Alliance but does not form part of the initial deliverables and is dependent upon as yet uncommitted renewals in the Worcester area.The total Alliance Anticipated Final Cost (AFC) excluding VAT is circa £1.1m--£1.5bn GBP. The AFC is split between the initial deliverables and additional interventions as follows:- Initial deliverables (predominantly interventions in West and Central) are circa: - Multi-Disciplinary (non-signalling, power and communications): £700m-£800m GBP (excluding VAT) - Signalling, power and communications; £150m-£250m GBP (excluding VAT)- Additional interventions (predominantly East) are circa: - Multi-Disciplinary (non-signalling power and communications: £250m-£350m GBP (excluding VAT); - Signalling, power and communications; £50m-£100m GBP (excluding VAT)These figures are indicative only.Further details of the scope and interventions (including AFC estimates and discipline splits) are set out in the scope document (CR-T Module 1 – Contract Specific Requirements) provided as part of the procurement documents.Network Rail is using a modified NR35 Alliance Contract (based on the NEC4 Alliance Contract) to appoint all Partners to the Alliance, provided as part of the procurement documents. The Multi-Disciplinary Partner(s) will be required to work with Network Rail and the Signalling Partner as a single Alliance team. Network Rail and each of the Partners will sign one Alliance contract.

Value: 1380000000
Published: 2024-02-27
Deadline: 2024-04-24
1380000000 2024-02-27 2024-04-24
Midlands Rail Hub Alliance – Alliance Partners (Non-Signalling Disciplines)
UK London Network Rail Infrastructure Ltd

Following publication of a prior indicative notice (reference 2023/S 000-034592) Network Rail held a virtual market briefing session on 19 January 2024. The session covered an overview of MRH scope, the Alliance contract and key mechanics under the contract. A copy of this briefing session is provided as part of the procurement documents. Pre-qualification: Organisations wishing to express an interest in this opportunity must complete and submit a PQQ response by the date specified in Section IV.2.2. Submitting a response to this Contract Notice does not guarantee that a candidate will be invited to tender. Network Rail reserves the right to disqualify any candidate who provides information or confirmations which later prove to be untrue or incorrect; does not supply the information required by the PQQ or as otherwise directed during the procurement event; or does not meet the criteria stated in the PQQ. A pack of procurement documents (including the PQQ instructions and questionnaire) is being made available at the Network Rail’s sourcing platform: https://www.networkrail.bravosolution.co.uk. In order to access the procurement documents, interested organisations must register on the Bravo system (via the link above). If there are any difficulties in registering or accessing the procurement documents, please contact Network Rail via the email address stated in Section I.1. Interested organisations should note that the tender stage will include collaborative and behavioural assessments. These assessment will include interviews and group workshop assessments. Further details of the assessments, required attendees and administrative arrangements will be provided at ITT launch. Network Rail reserves the right to change any aspect of, suspend or terminate this procurement event and/or consider alternative procurement options. Under no circumstances shall Network Rail incur any liability (costs or otherwise) arising from an organisation expressing an interest in, preparing responses to and/or participating in this procurement.

Value:
Published: 2024-02-26
Deadline:
2024-02-26
83794486 T1325 Rail Carbon Accounting Framework
UK London RSSB

Value:
Published: 2024-02-22
Deadline:
2024-02-22
PQQ_3216 - Network Rail Western & Wales Regional CP7 Period Telecoms Renewals Framework
UK London Network Rail Infrastructure Ltd

Value:
Published: 2024-02-22
Deadline:
2024-02-22
Rail Engineering Technician Level 3 Tender (New Entrance Apprenticeship Tender - NEAT)
UK London Network Rail Infrastructure Ltd

Delivery of Rail Engineering Technician Level 3, nationally for Network Rail

Value: 46000000
Published: 2024-02-17
Deadline: 2024-03-15
46000000 2024-02-17 2024-03-15
Rail Engineering Technician Level 3 Tender (New Entrance Apprenticeship Tender - NEAT)
UK London Network Rail Infrastructure Ltd

Value:
Published: 2024-02-16
Deadline:
2024-02-16
P2904 – PROVISION OF STAFF TAXI SERVICE
UK Belfast Ulsterbus

Provision of 24/7, 7 days a week staff taxi service. Rail staff may require to move from railway locations to their start point or finish point to meet the business needs. This is primarily outside of normal operating hours of train services or for emergency situations. Translink will require the service provider to assist in the transportation of passengers where there have been issues with the rail services, which may result in passengers being unable to reach their destination. Your proposal MUST be submitted within etendersNI portal via this Cft. No other method of submission will be accepted.

Value: 1
Published: 2024-02-13
Deadline: 2024-02-29
1 2024-02-13 2024-02-29
Exhibitions, Events, Promotions and Sampling at Managed Stations
UK London Network Rail Infrastructure Ltd

Network Rail and Southeastern Trains wish to grant a Concession Agreement with a suitable partner to manage, promote and sell its Exhibitions, Events, Promotions and Sampling space at Managed Stations.This will be a joint procurement that is lead by Network Rail. Only one Concessionaire will be awarded two contracts.

Value: 18000000
Published: 2024-02-13
Deadline: 2024-04-22
18000000 2024-02-13 2024-04-22
HS2 Ltd Rail Systems: Zero Carbon Energy
UK Birmingham High Speed Two (HS2) Ltd

Conditions regarding this PIN: Values stated in this Notice are based on a reasonable estimate by HS2 Ltd at the date of this Notice but no guarantees or warranties are provided in respect of such valuations and are likely to change as it develops and finalises its requirements and due to changing market conditions. Any dates and volumes in this Notice are based on HS2 Ltd’s current calculations and views and are subject to change. Final details will be published in any future call for competition. 1) HS2 Ltd has selected CPV codes at II.1.2) Main CPV code and II.2.2) Additional CPV code(s) that most closely fit the scope of this market engagement but suppliers should review the questionnaire for further information on the scope of this market engagement. The final applicable CPV Codes will be identified in any call for competition. 2) The questionnaire containing further information about the scope of this market engagement is available at the following link: https://www.smartsurvey.co.uk/s/ZeroCarbonEnergy/ 3) Please complete and return the questionnaire by noon GMT on 28/02/2024 in accordance with the instructions in the questionnaire. 4) This PIN is not a call for competition and is not published to reduce time limits for the receipt of tenders. 5) This PIN is only to inform suppliers that HS2 Ltd wishes to commence market engagement as described in the PIN and to invite them to participate in the questionnaire. Any dates and/or durations in this PIN and in the questionnaire are indicative only. 6) Failure to register an interest in connection with this PIN shall not prevent an organisation from participating in a formal call for competition if and when such call is issued by HS2 Ltd. 7) A procurement may be launched by HS2 Ltd in due course based on the results of the market engagement and covering subject matter of this Notice by the publication of a call for competition. 8) HS2 Ltd reserves the right not to procure or award any contract in respect of the subject matter of this Notice/market engagement. 9) The information contained in this PIN may be subject to change due to the impact of governance, assurance and regulatory changes, and as HS2 Ltd refines its requirements for any related procurement. Insofar as permitted by law, HS2 Ltd does not by the issue of this Notice or the conduct of the related engagement owe any duty to any party and shall not be liable for any losses incurred by any party as a result of reliance on the information contained/linked herein. 10) HS2 Ltd reserves the right to include the subject matter of this Notice within any alternative procurement arrangements as it may in future decide. 11) HS2 Ltd is not obliged to communicate with any parties/economic operators that complete the questionnaire. 12) HS2 Ltd is not obliged to respond to any correspondence on this notice or any matter related to this market engagement. The decision to include any party/economic operator in any subsequent market engagement process shall remain with HS2 Ltd alone. 13) The proposed date for issue of a contract notice is for guidance only at this time, and is subject to HS2 Ltd’s final choice of procurement route. As indicated elsewhere in this notice and related briefing, HS2 Ltd is under no obligation to issue a contract notice in respect of this work.

Value:
Published: 2024-02-07
Deadline:
2024-02-07
Unit B, Railway Triangle, Portsmouth
UK Glasgow Glasgow City Council

This procurement is to appoint a contractor for the design and construction of a single storey warehouse unit 12m to underside of haunch, approximately 102,752 ft2 gross internal area incorporating internal two storey office accommodation together with external works to include hard standings, car parking, landscaping, drainage, main service connections and offsite Section 278 Works. As the works are adjacent to a railway line, the contractor will be required to comply with the requirements of a BAPA agreement and provide 24/7 access to a Network Rail substation at the rear of the site.The Procurement is being conducted by DTZ Investors for Glasgow City Council as administering authority for the Strathclyde Pension Fund (SPF). The procurement is being managed by Quartz Project Services Ltd who are the project managers for Unit B, Railway Triangle. The successful Bidder will enter into the contract for the works with the Council.

Value: 11000000
Published: 2024-02-07
Deadline: 2024-03-08
11000000 2024-02-07 2024-03-08
First Rail, SWR & GWR Ticket Issuing System (TIS) Procurement
UK LONDON FIRST RAIL HOLDINGS LIMITED

Value:
Published: 2024-01-29
Deadline:
2024-01-29
North Portsea Coastal Scheme - Phase 5: Ports Creek
UK PORTSMOUTH Portsmouth City Council

The proposed coastal defence works at Ports Creek involve the construction of an earth embankment with a rock revetement toe. It also includes consolidation and partial removal of existing defence structures and associated works. In some instances, redundant structures will be removed and appropriately reused or disposed of, to minimise foreshore encroachment, for the benefit of the wider environment. The current defences are made up of multiple structures, generally comprising of mass concrete filled oil drums along with dilapidated seawalls formed of mass concrete/block/masonry.The main works take place between the eastern side of the Portsbridge Roundabout through to the Network Rail bridge. The works consist of constructing a sloping revetment with a raised earth embankment along most of the frontage. Other ancillary works include: piling around an outfall, path construction, concrete works to an existing slipway and tying into Network Rail land and working to Network Rail constraints in this area. The Contractor will have to work with Network Rail and follow an agreed safe method of working when in the vicinity of the railway line bridge. ECIIn line with industry practice the council's designer (Royal HaskoningDHV (RHDHV)) has sought and obtained early contractor involvement input from JT Mackley in order to inform aspects of design, work method, site establishment and management, programme & costings. The council is satisfied that prior involvement of ECI contractor is compliant with the conditions set out within sub section 5 of Public Contract Regulation 2015. However, the council will provide summarised information concerning the ECI activities and associated outputs within the tender documents that will be issued to the short listed tenderers. Core Scope of WorksIn summary the works will generally consist of:• Site mobilisation and set up• Vegetation clearance (including mature trees) and site clearance and access ways • Construction of earth embankments fronted with rock revetments for scour protection • Installation of flex MSE retaining walls• Improvements to existing slipway structure and encasement of existing bridge abutment• Ensuring existing services are accommodated in the works (e.g outfalls)• General reinstatement, with high specification public realm enhancements and landscaping Due to the impact of the scheme, engagement with local businesses, leaseholders and the general public has been undertaken. To date the scheme has received a mostly positive response.The project is subject to funding from the Environment Agency and there is currently a shortfall in respect of the current funding. However the council is working with the funder & is confident that funding required will be secured in principle prior to issue of the tender & fully secured prior to award of contract.

Value: 22300000
Published: 2024-01-27
Deadline: 2024-02-26
22300000 2024-01-27 2024-02-26
83794486 T1325 Rail Carbon Accounting Framework
UK London RSSB

As specified within the tender documents

Value: 120000
Published: 2024-01-27
Deadline: 2024-02-26
120000 2024-01-27 2024-02-26
83794486 T1325 Rail Carbon Accounting Framework
UK London RSSB

For more information about this opportunity, please visit the Delta eSourcing portal at:

Value:
Published: 2024-01-25
Deadline:
2024-01-25
Non Rail Plant Framework
UK London Network Rail Infrastructure Limited

Network Rail invites suggestions and feedback on the proposed agreement, including current plant offerings from market suppliers. In order to view further information and express an interest in this requirement please follow the below instructions: 1. Follow the link - https://networkrail.bravosolution.co.uk/web/login.html 2. From the welcome screen, access the "View Current Opportunities" link and select 'project_38991 - Pre Market Engagement - Non Rail Plant Framework'. This is not a call for competition.

Value:
Published: 2024-01-24
Deadline:
2024-01-24
First Rail, SWR & GWR Ticket Issuing System (TIS) Procurement
UK LONDON FIRST RAIL HOLDINGS LIMITED

Value:
Published: 2024-01-23
Deadline:
2024-01-23
38074 Steel Rail Storage
UK London Network Rail Infrastructure Ltd

Feedback • Please indicate whether you are interested in fulfilling long, short, or both, rail storage requirements • Please provide details of your proposed location(s) and how it/they achieve the requirements for the service you are interested in • Please provide approximate costing details of the location (by area / per tonne) and the min/max term. Note that this is not a contractual commitment, nor is this PIN a call for competition. Expressions of interest and feedback can be provided through our procurement system Bravo NR using this link and clicking current opportunities, via the ‘Steel Rail Storage’ opportunity. https://networkrail.bravosolution.co.uk/web/login.html

Value:
Published: 2024-01-19
Deadline:
2024-01-19
FW118 Pre-Market Engagement – FW118 Supply of Rail
UK Belfast Translink

Translink owns, operates and maintains the rail network in Northern Ireland comprising circa 300 miles of plain line track and 200 sets of switches and crossings.  We wish to establish a multi-Supplier Framework for manufacture and supply of rail to support the delivery of Translink’s programme of capital and maintenance works. Rails required will be CEN56E1 profile in R260 and premium grades as approved for use on Network Rail, or equivalent. As part of the PME we would like to discuss the potential for the supply of corrosion resistant rails as approved for use on Network Rail, or equivalent. The framework will initially run for 4 years with options to extend up to a maximum of a further 4 years. We would like to receive expressions of interest from suppliers with a proven track record in the supply of rail. NOTE THIS CFT IS NOT A CALL FOR TENDER. PLEASE ENSURE YOU DOWNLOAD AND READ THE PRE-TENDER MARKET ENGAGEMENT QUESTIONNARE WHICH IS AVAILABLE FROM THE "CFT DOCUMENTS" AREA OF THE CFT. YOUR RESPONSE TO THIS PRE-TENDER MARKET ENGAGEMENT QUESTIONNAIRE MUST BE SUBMITTED AS AN ATTACHMENT VIA THE eTendersNI SECURE MESSAGING AREA OF THE Cft. THE DEADLINE FOR SUBMISSION OF COMPLETED QUESTIONNAIRES IS 15.00 23rd January 2024. Please note: the procedure selected for this Pre-Market Engagement is not indicative of the procurement procedure to follow.

Value:
Published: 2024-01-13
Deadline: 2024-01-23
2024-01-13 2024-01-23
NEX23/59 Legal Services for the Washington Metro Loop
UK Newcastle upon Tyne Nexus

Nexus requires suitably qualified and experienced legal advisors, who will be appointed to a zero-value eight-year framework to support Nexus on a project to plan, construct, commission and operate passenger services on the Washington Metro Loop (WML). Subject to approval of the Outline Business Case (OBC) by Government in due course, the legal retainer is expected to encompass the advice required to (i) prepare the content of the OBC; (ii) implement the agreed strategies set out in the OBC; (iii) deliver the OBC strategies and, in turn, commence operations on the WML in years ahead. The exact scope of work during the framework term will be subject to the timely progress of the project.The legal advisors will be required to have strong levels of recent experience across rail infrastructure projects, including but not limited to experience in the following areas:• Strategies in connection with land acquisition and consents;• Planning matters including permitted development rights in a rail context;• Rail regulatory matters including licensing, consents and communications with regulatory bodies;• Rail operations;• Interfaces with Network Rail as a key delivery partner in the project, to include areas such as infrastructure management, track access, station leases and train operations;• Project governance and communications with project stakeholders including local authority and combined authority partners, DfT and MHCLG among others;• Project funding;• Procurement, with the potential need for additional rolling stock as part of the project deliverables;• Environmental and/or social issues connected with the project;• Rail construction and engineering contracts; and• Project insurances.The WML ProjectThe WML is currently funded by the North East Combined Authority (NECA) but the aspiration is it will become a flagship project of the North East Mayoral Combined Authority (NEMCA) following the election of a North East mayor in May 2024.The WML aims to enhance connectivity and accessibility across the South of Tyne and Wearside area through the restoration of former railway alignments including the Leamside Line. Closed to passenger services in 1964 before becoming entirely disused approximately 30 years later, the Leamside Line connects with the East Coast Mainline and Durham Coast Line at Tursdale and Pelaw respectively. However, it is important to note that the Washington Metro Loop would only require reinstatement of part of the Leamside Line, from Pelaw to north of Penshaw, and not its full opening. Any involvement of the Washington Metro Loop in the further reinstatement of the Leamside Line is likely to be limited to inclusion of passive provision for heavy rail traffic and management of project interfaces where necessary, and that is reflected in the scope of this framework let.The Strategic Outline Business Case (SOBC) for the project states constructing the WML would bring economic, societal, and environmental benefits to the area by:• Creating nearly 8 million additional passenger journeys per year;• Giving Washington - the fourth largest town without access to a rail service - new connections across Tyne and Wear;• Reducing carbon emissions by nearly 87,000 tonnes per year;• Providing reliable and resilient travel;• Focusing on places in need of 'levelling up'; and• Increasing the feeling of 'pride in place' and putting locations 'back on the map'.The Washington Metro Loop will link existing stations at Pelaw and South Hylton via Washington. The OBC will also review options for further extensions enabling direct services to South Shields from Washington and Sunderland respectively. The project will require track works, new stations, additional services, signalling and traction power. Three station locations have been earmarked on the WML although the number an

Value:
Published: 2024-01-12
Deadline: 2024-02-14
2024-01-12 2024-02-14
FW118 Pre-Market Engagement – FW118 Supply of Rail
UK Belfast Translink

Value:
Published: 2024-01-11
Deadline:
2024-01-11
Class 153 Rail Vehicle Provision & Supporting Services
UK London Network Rail Infrastructure Ltd

Value:
Published: 2024-01-04
Deadline:
2024-01-04
Class 153 Rail Vehicle Provision & Supporting Services
UK London Network Rail Infrastructure Ltd

Value:
Published: 2024-01-04
Deadline:
2024-01-04
Class 153 Rail Vehicle Provision & Supporting Services
UK London Network Rail Infrastructure Ltd

Value:
Published: 2024-01-04
Deadline:
2024-01-04
Class 153 Rail Vehicle Provision & Supporting Services
UK London Network Rail Infrastructure Ltd

Value:
Published: 2024-01-04
Deadline:
2024-01-04
CVLR City Centre First Contractor
UK COVENTRY Coventry City Council

Coventry City Council ("the Council") has been and will continue to develop the living and working environment within Coventry through a series of programmes that improve the transport infrastructure to attract inward investment and drive the transition from fossil fuel transport to sustainable transportation solutions.One key project in this drive for modal shift is the Coventry Very Light Rail (VLR) project. This project is to develop a VLR product that can be manufactured predominantly in the West Midlands that will drive modal shift within small to medium size urban environments, consistent with many cities within the UK where a standard tram system would not be economically feasible.This system will be a low capital cost for installation and will be environmentally clean at the point of use, which will have a positive impact on air quality, this modal shift is designed to reduce congestion, and as a result, open up the city for investment especially along the route. Please see - https://www.coventry.gov.uk/verylightrail for more background on the project. Following the procurement and delivery of Coventry Very Light Rail (CVLR) test tracks at locations in Whitley, Coventry (TP1) and Dudley (TP2); the Council is preparing to deliver the next project stage of delivering a City Centre First demonstrator. City Centre First will be a test track facility constructed in a live environment and will be made up of a combination of single track and double track lengths. The purpose of the City Centre First is to prove the assertions made during the development phase of the track form in the real-world environment. City Centre First is broken into 2 sections (Phases) of approximately equal length (800m each).This procurement is to award a contract for a contractor to deliver the construction of City Centre First Phase 1 (and potentially extend to cover the construction of Phase 2) . The scope will include:• construction of phase 1 of the test track (and phase 2 if extended)• construction of a cycle lane • the ordering of materials for Phase 1 as required by the Council for the construction (and phase 2 if extended)Please see the Standard Questionnaire and accompanying Works Information at www.csw-jets.co.uk for more details on the procurement / requirement.

Value: 25896000
Published: 2023-12-22
Deadline: 2024-01-24
25896000 2023-12-22 2024-01-24
First Rail RSPS/UK rail accredited WebTIS solution
UK LONDON FIRST RAIL HOLDINGS LIMITED

- Access to the PQQ & Tender will only be granted after a potential bidder has sent an "Expression of Interest" through our Wax Digital Portal and signed an NDA (or can provide proof of an existing & relevant NDA that has been executed between our companies). - Suppliers must submit a PQQ response by the expressed deadline in the PQQ. - Only suppliers shortlisted at the PQQ stage will be asked to submit a full formal Tender response. - The services will be required for: > First Rail Holdings Limited and Affiliates ("FRH"); and Affiliates being defined as "any subsidiary or holding company of FirstGroup plc and any subsidiary of any such holding company (in each case from time to time) (and the terms "subsidiary" and "holding company" shall have the meanings given to them by section 1159 Companies Act 2006).

Value:
Published: 2023-12-21
Deadline:
2023-12-21
Accessibility Improvement Schemes at Reddish North, Hindley, Bryn and Swinton Rail Stations
UK Manchester Transport for Greater Manchester

TfGM is looking to establish a contract (via a two-stage contracting process) for the detailed design (PACE ES5) and construction of Rail station improvement projects (under the DfT funded “Access for All” programme) at four Rail stations within Greater Manchester.• Bryn• Hindley• Reddish North• SwintonAll four stations within the programme have had design developed to the Outline Design (PACE ES4/Form A) stage and will thereby allow interested contractors to bid against the full delivery package. The successful bidder will provide First Stage pre-construction services and progress the Detailed Design to PACE ES5 approval. Upon completion of the First Stage and subject to formal approval from TfGM, the Contractor will enter into a separate Construction Works contract based upon the rates and fees provided as part of this tender. Award of the Second Stage is dependent upon agreed costs and programme developed initially by the Contractor and updated on a regular basis throughout the First Stage. Formal instruction by TfGM, for the Second Stage Construction Works, will be at an appropriate timing of design development/approvals and cost programme agreement.Award criteria is detailed within the tender pack

Value:
Published: 2023-12-03
Deadline: 2024-02-23
2023-12-03 2024-02-23
72TS Supply of Mechanical Materials (VD Surrounds and Brackets)
UK LONDON Transport for London

Procuring these mechanical materials is to support the delivery of the Bakerloo Line Fleet,Rail Vehicle Accessibility Regulations (RVAR) Project system installations. These works are because of the Mayoral directive to improve customer ambience on theBakerloo Line Fleet and are also required to comply with the Department for Transport's(DfT) Rail Vehicle Accessibility Regulations (RVAR). LUL approved drawings of the various components will be packaged by clearly definedrequirements. Deliveries will be for a set programme duration

Value: 2500000
Published: 2023-12-01
Deadline: 2024-01-08
2500000 2023-12-01 2024-01-08
Midlands Rail Hub Alliance – Alliance Partners (Non-Signalling Disciplines)
UK London Network Rail Infrastructure Ltd

Not registering for and/or not participating in this MRH market engagement shall not prevent any economic operator from participating in any future MRH procurement events. Network Rail is not liable for any costs, fees or expenses incurred by any party participating in any pre-market engagement exercise and/or any potential future procurement event. Network Rail cannot guarantee that any or all of the information presented within this PIN, or future market engagement, will be incorporated into any subsequent procurement event(s) or that Network Rail will proceed with one or more procurement events. Where Network Rail proceeds with one or more procurement events for the MRH programme of works, relevant material from market engagement exercises will be made available as part of the procurement documentation for the relevant procurement event.

Value:
Published: 2023-11-22
Deadline:
2023-11-22
Rail replacement travel service
UK Inverness Caledonian Sleeper Limited

Caledonian Sleeper Ltd are looking for a fully managed service to provide 24 hour, 7 days a week bus and taxi services as a rail replacement in the event of planned and emergency disruption

Value: 150000
Published: 2023-11-15
Deadline: 2023-12-19
150000 2023-11-15 2023-12-19
W&W Reactive & Minor Works (RMW) Framework
UK London Network Rail Infrastructure Ltd

Please note that any content received via response to this PIN will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out in accordance with the provisions of the Utilities Contracts Regulations 2016.

Value:
Published: 2023-11-09
Deadline:
2023-11-09
SUPPLY OF FLAT BOTTOM RAIL FOR SOUTH YORKSHIRE SUPERTRAM
UK Sheffield South Yorkshire Mayoral Combined Authority Group

The opportunity is for Supply of 300t, (metric tonnes), of Flat Bottomed Rail in lengths of 18.288m

Value: 375000
Published: 2023-11-08
Deadline: 2023-12-04
375000 2023-11-08 2023-12-04
The Supply of Lubricants for Bus, Rail and Support Vehicles - REF: P-2877
UK Belfast Translink

Translink requires a competent contractor to provide the following: Supply Lubricants for all Translink Vehicles (Bus and Rail) Deliver Lubricants to all Translink Locations across Northern Ireland Provide Technical Support for any products supplied and any issues that may arise on the vehicles that they are used on. Your proposal MUST be submitted within the eTendersNI portal, via this CfT. NO OTHER METHOD OF SUBMISSION WILL BE ACCEPTED

Value: 2000000
Published: 2023-11-01
Deadline: 2023-11-30
2000000 2023-11-01 2023-11-30
The Supply of Lubricants for Bus, Rail and Support Vehicles - REF: P-2877
UK Belfast Translink

Value:
Published: 2023-10-30
Deadline:
2023-10-30
Soft Market Engagement for The Derbyshire Rail Industry Innovation Vehicle (DRIIVe)
UK Chesterfield Chesterfield Borough Council

DRIIVe forms part of a wider package of projects being delivered under the Staveley Town Deal, which was awarded £25.2m through the Government’s Towns Fund. The Staveley project can be broken down into a number of themes which, when taken together, are anticipated to have a transformational impact on Staveley town centre.The Staveley Town Investment Plan (TIP) was prepared to support the Towns Fund bid and sets out the range of Town Deal funded projects, including DRIIVe. The TIP includes a vision for Staveley as a place to start, to stay and to grow, which is supported by thematic pillars of Business and Skills: be inspired to invest and work in Staveley, and Leisure and Living: in Staveley you will be happy, health and have fun. 4 objectives are set out to guide the TIP: Innovation and Enterprise, Inclusive Growth, Place, and Health and Wellbeing. Across these objectives are the two cross-cutting themes of Digital Connectivity and Clean Growth.

Value: 4000000
Published: 2023-10-29
Deadline: 2023-12-01
4000000 2023-10-29 2023-12-01
Soft Market Engagement for The Derbyshire Rail Industry Innovation Vehicle (DRIIVe)
UK Chesterfield Chesterfield Borough Council

Value:
Published: 2023-10-27
Deadline:
2023-10-27
LB Hillingdon - Supply, Delivery, Installation, Repair and Maintenance of Fencing, Gating and ad hoc work
UK Hillingdon London Borough of Hillingdon

The London Borough of Hillingdon is inviting tenders from suitably qualified and experienced suppliers in relation to entering into an agreement for the supply, delivery, installation, repair and maintenace of Fencing, Gating and ad doc work on behalf of the London Borough of Hillingdon. Whilst the majority of the requirements are with Hillingdon's Green Spaces Team, the successful supplier shall be expected to work with others area of the Council, for example, Capital Projects Team, Highways and Parking.There are various types of fencing required include, but not limited to, chain-link, palisade fencing, pedestrian guard rail, park concrete base and furniture installation, installing sports goals & sockets and ancillary works.The contract will be for an initial term of Four years with the option to extend for a further two years (at one-year increments).The total estimated contract value (including possible extension periods) is £2.5m.Please refer to the tender portal, www.capitalesourcing.com for the tender pack documentation.

Value: 2500000
Published: 2023-10-27
Deadline: 2023-11-13
2500000 2023-10-27 2023-11-13
#16453 - Design and Build of a Fleet of Long Welded Rail Trains (LWRTs)
UK London Network Rail Infrastructure Ltd

The supply of rail is critical to Network Rail being able to deliver its programme of track maintenance, renewal, and enhancement works. The majority of rail is delivered using a legacy fleet of specialist rail delivery trains. These trains are reaching end-of-life, and an evaluation of future needs has indicated that the procurement of a new fleet of LWRTs offers the best whole life cost option (compared with extending the life of the legacy fleet).Against this background Network Rail has decided to purchase a new fleet of (up to) eleven LWRTs to replace the legacy fleet.This purchase of the new trains aims to deliver a cost-effective solution, allowing significant operational benefits to be delivered through- the introduction of latest technology- application of modern safety practices- the delivery of enhanced operational flexibility/ efficiency (e.g. bi-directional operation, simplified maintenance, Improved ability to recycle used rail).The Procurement Documents can be downloaded from Network Rail's BravoNR sourcing platform via this link:https://networkrail.bravosolution.co.uk/web/login.htmlFrom the welcome screen, access the 'View Current Opportunities' link and select'#16453 - Design and Build of a Fleet of Long Welder Rail Trains (LWRTs)'

Value:
Published: 2023-10-25
Deadline: 2023-11-17
2023-10-25 2023-11-17
#16453 - Design and Build of a Fleet of Long Welded Rail Trains (LWRTs)
UK London Network Rail Infrastructure Ltd

Value:
Published: 2023-10-24
Deadline:
2023-10-24
King Street Wigan - Feature Lighting Design & Installation
UK Wigan Wigan Council

King Street is located in Wigan town centre, close to the Market Place and between the rail stations and the civic hub. It has traditionally been the town’s focal point for entertainment and commercial uses. Today the street is well known as destination for late-night bars and nightclubs.You are invited to tender for the provision of design supply and installation of feature lighting on King Street under the terms and instructions set out in the Invitation to Tender Documentation.

Value:
Published: 2023-10-22
Deadline: 2023-12-01
2023-10-22 2023-12-01
TfL Advertising Concessions for Rail (including London Underground) and Bus Shelters
UK London Transport for London

Lot 1The concession involves the right to sell and display advertising on all Rail stations and rolling stock on the following transport services: - London Underground - Elizabeth line - London Overground - Docklands Light Railway - Trams - Victoria Coach Station This consists of traditional assets of varying formats from 4 sheets to 96 sheets, as well as a range of digital assets including Digital 6 Sheets, Digital 12 Sheets, Escalator Panels, Escalator Ribbons, large scale Landmarks/Video Walls, and Digital Runways (integrated into platform edge doors). The concessionaire will be responsible for the posting/scheduling of adverts and the installation and maintenance of all advertising assets.

Value:
Published: 2023-10-20
Deadline: 2023-11-18
2023-10-20 2023-11-18
Lift and Escalator Maintenance, Inspections and Lift and Escalator Renewals and Replacements
UK London Network Rail Infrastructure Ltd

Lot 1 - Lift Maintenance Contract Network Rail owns c.1440 lifts at stations throughout England, Scotland and Wales. This Contract is to provide fully comprehensive planned preventative maintenance (PPM), reactive lift maintenance, accumulator replacement, SAF-ed inspections & NICEIC electrical testing. Entrapment response time for this Lot has a target of 30mins however, abatement charges come into effect at 45mins. Please see procurement documents for further information.

Value: 319000000
Published: 2023-10-18
Deadline: 2023-11-16
319000000 2023-10-18 2023-11-16
Framework Contract for the supply of Mobile Harbour Cranes, Rail-mounted cranes and Material Handlers
UK BELFAST Belfast Harbour Commissioners

The fabrication, purchase, delivery, installation and commissioning of Harbour Mobile Cranes with the option for BHC to purchase support and/or servicing. Such Cranes will be used to load and unload grains, animal feedstuffs, coal products, fertiliser, salt and other dry bulk materials from ocean-going vessels up to Panamax size. Unloading may take place onto quay or hopper as appropriate.

Value:
Published: 2023-10-14
Deadline: 2023-11-17
2023-10-14 2023-11-17
Winchelsea Road Construction of a Residential Property - PAS 91
UK LONDON London Borough of Haringey

Design and Build construction and associated works for a new single 2 bed, 4 person dwelling on the land adjacent to 138 Winchelsea Road.The land borders an end terrace, occupied residential property and there is a Network Rail railway line to the rear of the property. 138 Winchelsea Road adjoins the site to the side and the front.

Value:
Published: 2023-10-13
Deadline: 2023-11-08
2023-10-13 2023-11-08
YPO - 001197 Freight Forwarding Sevices
UK Wakefield YPO

YPO are looking for a freight forwarder who can provide predominantly sea freight services and occasionally air freight, rail and road freight services from a variety of ports and locations globally to deliver and coordinate delivery of the containers to a warehouse of YPO’s choosing. 85% of YPO’s total supply base is domestic, while remaining 15% is based in Far East, including ad-hoc EU suppliers. The products to be moved are not classified as dangerous goods. They are mainly school supply type items. This can include (but not exclusively); pens, pencils, paper, early years, sport and curriculum items.The core purpose of the freight forwarder would be to ensure that delays to shipments during import (and any associated storage or processing costs levied by the commercial carriers) are kept to an absolute minimum by ensuring import paperwork is complete and correct, the correct commodity codes are applied on the commercial invoice, that tariffs and VAT are correctly allocated, providing customs clearance services, liaising with carriers at UK border control points etc.

Value: 3000000
Published: 2023-10-10
Deadline: 2023-11-15
3000000 2023-10-10 2023-11-15
Internal Audit, Risk and Advisory Services
UK London Network Rail Infrastructure Ltd

The supplier will be required to undertake Internal Audit reviews and advisory projects, following the Institute of Internal Audit’s professional standards and Network Rail Internal Audit’s Methodology and will support R&A to successfully deliver the annual audit plan. The supplier will be required to provide specialist technical expertise to assist Internal Audit reviews and advisory projects, following the professional standards and Network Rail Internal Audit Methodology. Network Rail will require staff from the supplier to support the Internal Audit team and be flexible to work on individual audit projects lasting 5-8 weeks and longer-term projects consisting of several audit engagements for up to 12 months. The Statement of Work will outline the individual’s roles and responsibilities for delivering the audit. In addition to this, for specific audit and advisory projects that require specialist skills, Network Rail will require the supplier to deliver the requirement in its entirety. Such instances will be scoped and agreed within the Statement of Work (SoW). The outputs of entirely outsourced requirements will be quality checked by NRIA.

Value:
Published: 2023-10-10
Deadline: 2023-11-09
2023-10-10 2023-11-09
Network Rail Eastern Midland Main Line Electrification Partnership Framework
UK London Network Rail Infrastructure Ltd

Value:
Published: 2023-10-09
Deadline:
2023-10-09
Network Rail Eastern Midland Main Line Electrification Partnership Framework
UK London Network Rail Infrastructure Ltd

The project includes for wiring the existing route configuration and at the existing line speeds.The works described within this Lot are deemed to include all supporting activities required to deliver the works including but not limited to:• Site establishment• Delivery and storage of equipment (access, RRAPs where required)• Enabling works• De-vegetation• Surveys (intrusive or otherwise)• Road closures• Traffic management• Passenger Management• Managing specialist sub-contractors• Supporting integration of all works through to hand back• Working collaboratively with the client team, other interfacing contractors and projects, design consultants engaged by the client, rail industry partners and stakeholders.

Value: 1200000000
Published: 2023-10-08
Deadline: 2023-12-01
1200000000 2023-10-08 2023-12-01
72TS Supply of Mechanical Components (VD Surrounds and Brackets)
UK LONDON Transport for London

Procuring these mechanical materials is to support the delivery of the Bakerloo Line Fleet, Rail Vehicle Accessibility Regulations (RVAR) Project system installations. These works are because of the Mayoral directive to improve customer ambience on the Bakerloo Line Fleet and are also required to comply with the Department for Transport's (DfT) Rail Vehicle Accessibility Regulations (RVAR). The works will take place at Stonebridge Park Depot.LUL approved drawings of the various components will be packaged by clearly defined requirements. Deliveries will be for a set programme duration

Value:
Published: 2023-10-08
Deadline: 2023-10-21
2023-10-08 2023-10-21
Network Rail Eastern Midland Main Line Electrification Partnership Framework
UK London Network Rail Infrastructure Ltd

Value:
Published: 2023-10-06
Deadline:
2023-10-06
Midland Metro Limited (MML) Track Framework Agreement
UK Birmingham West Midlands Combined Authority on behalf of Midland Metro Limited

The West Midlands Combined Authority (WMCA) is responsible for promoting public transport within the West Midlands, operates and maintains bus and Metro stations and passenger shelters, supports local railway services and stations and provides passenger transport information.The WMCA on behalf of Midland Metro Limited (MML) is looking to procure a suitably experienced and qualified provider that can complete Track Work Services as part of an NEC4 single supplier framework over a maximum duration of 4 years commencing on 8th January 2024. This includes a range of track work types including gauge restoration, rail replacement, ballasted rail works, tram stop rail replace and embedded rail works.This tender is being evaluated on the basis of 45/45/10 quality/price/social value. Please note that a financial assessment will be undertaken as part of the Standard Selection Questionnaire (SSQ) process. If a bidder fails their self-assessment but agrees a range of mitigating measures during the clarification period of the tender, their tender responses will be scored in line with the published criteria providing the remaining requirements of the SSQ have also been met. An additional financial assessment may be conducted on the proposed supplier immediately prior to contract award, to provide extra assurance and to consider the latest financial information if there is a protracted tender duration between the SSQ stage and the final contract award. Also, bidders will need to submit their social value submission directly via the Social Value Portal by the tender closing date.Please see the tender documents for further details of the framework including how to register to attend the tender site visit on 12th October 2023 and how to complete the social value submission.The closing date for bids is 1200 noon on 30th October 2023 and the deadline for any clarification questions is 1200 noon on 23rd October 2023. In order to access the documents and submit your bid please do so through BravoSolution, the WMCA's e-tendering portal (https://wmca.bravosolution.co.uk). The reference is itt_1331 and if you are not already registered on BravoSolution it is free and usually only takes a few minutes to do so.Please note that the maximum contract value in II.1.5 above and II.2.6 below is an estimate at the time of tendering and aggregate spend over the duration of the 4 year maximum term framework agreement may be more or less than the figure quoted.

Value: 8000000
Published: 2023-10-01
Deadline: 2023-10-30
8000000 2023-10-01 2023-10-30
ARP23/01 Provision of a New SCADA System
UK Newcastle upon Tyne Nexus

Nexus is to appoint a Contractor to design, build, install, test, commission, carry out training, migrate and handover a new SCADA system. This system will replace the existing SCADA system, which is to be decommissioned and removed by the Contractor. The contract duration for delivery of this element is anticipated to be 24 months. The contractor will also be employed to provide a 3-year remote support package, with an option to extend to years 4 and 5.• When bringing into use a new SCADA system around the Nexus metro network, the following are considered strategic goals of the scheme:• The new SCADA system will be modern, reliable, highly configurable, and supportable.• The migration between the old and new SCADA system is as seamless as possible, minimising any material impact on rail operational activities.• The new SCADA system results in high level of end user satisfaction, from operational and maintenance end users• The new SCADA system is a supportable system, with Commercial off the Shelf (COTS) equipment, with a minimum 15-year lifespan for hardware.• The new SCADA system software will be able to operate on the Nexus virtual environment, provided on two virtual machines per physical data centre (2 number).• The existing SCADA system, consisting of the MIMIC panel, user screens, field end equipment and cabling will be fully recovered and disposed of in an environmentally friendly manner.

Value:
Published: 2023-09-27
Deadline: 2024-01-26
2023-09-27 2024-01-26
Network Rail Insurance Programme Market Engagement Event
UK London Network Rail Infrastructure Ltd

This Prior Information Notice (PIN) is for the provision of Network Rail's insurance programme, this excludes insurance brokerage services and claims handling services. Insurers must be a Financial Conduct Authority (FCA) regulated body to write the class of insurance as set out/described in the lot section of this PIN. Network Rail and Network Rail's appointed insurance brokers Willis Towers Watson (WTW) will be hosting a market engagement event on the 16 October 2023 at 10:00am to be held virtually via Microsoft Teams. Eligible insurers who express an interest to attend will receive an invite from WTW. Please contact Samantha Dew via email: samantha.dew@wtwco.com to express your interest to attend this market engagement event. In addition to the market engagement event Network Rail and WTW would like interested insurers to complete the market engagement questionnaire which will assist Network Rail in understanding the current insurance market. The questionnaire is available in the link below. The deadline for responses for the questionnaire is 06 October 2023 only. https://forms.office.com/e/3DF2G35cfS

Value:
Published: 2023-09-20
Deadline:
2023-09-20
Target 190plus Synthetic Environment for the Design & Test of Signalling Solutions (Phase 2 & 3)
UK London Network Rail Infrastructure Ltd

The railway faces a major industry challenge, where the cost and volume of future signalling renewals is unsustainable. Over the next 15 years there is a need to deliver an increase of over 50% of the signalling renewals work at half the current price to achieve a sustainable, affordable railway that can meet customer needs and expectations.Britain must have a reliable, high performing railway that’s fit for the future, delivers financial value and provides operational performance in a safe and sustainable way. To reduce costs and increase access on the railway we are creating new ways of working and introducing new technology. The use of digital technology will improve the services to freight and passenger customers, causing less delays due to signalling failure and track closures for access to complete repairs and providing the opportunity for more trains to run where needed.We’re working across Industry to build a new approach for balancing research and development and engineering solutions with the needs of end users and customers.Target 190plus is a Network Rail Research & Development (R&D) programme that looks at the sustainability of the signalling systems on the network and the challenges these bring to the rail industry. It has the aim to reduce the current whole life cost of signalling from a unit rate of £419,000 to the required £190,000 by 2029 to enable the ETCS Long Term Deployment Plan to be achieved.Synthetic Environment is 1 of 29 projects, the programme will use to reduce costs, improve services for passengers and increase safety by automating signalling design processes, standardising system architectures, implementing faster renewals planning and introducing offsite testing and validation processes.Synthetic Environment Phase 1: concerned the development of detailed requirements for the SE, completed.This procurement event will seek a suitable supplier to deliver Phase 2 and 3 of theSynthetic Environment Project:Phase 2: Development of a Minimum Viable Product (MVP) for SE and shadow mode runningPhase 3: Full SE capable of delivering all the foreseen technologyand scope options for F-CCS projectsDetailed requirements within the published tender documents.

Value: 10000000
Published: 2023-09-19
Deadline: 2023-10-16
10000000 2023-09-19 2023-10-16
Wagon Modules for Long Switch Transportation
UK London Network Rail Infrastructure Ltd

This is not a Contract Notice or an intention to issue a Contract Notice, rather a Prior Information Notice (PIN) for Network Rail to ascertain information about potential solutions that exist within the market for the supply of modules that can be used for the transport and deployment of Long Switches for the railway as more precisely defined within the PIN documentation issued. Requests to participate must be submitted by 12:00 17/10/2023 via BravoNR. In the event of queries, please only raise these directly with Network Rail via the BravoNR messaging function. Access details for the PIN can be found below: URL: https://networkrail.bravosolution.co.uk/ PIN/PQQ Code: pqq_3222 Title: Prior Information Notice Regarding Wagon Module for Long Switch Transportation

Value:
Published: 2023-09-18
Deadline:
2023-09-18
Gateline Supply and Maintenance Agreement
UK York NORTHERN TRAINS LIMITED

Northern Trains Limited (NTL), the "Utility", a Train Operating Company (TOC) that operates passenger rail services across the North of England, is undertaking this procurement process on behalf of a number of "Contracting Utilities" including Train Operating Companies in Great Britain, Network Rail, and a number of Local Transport Authorities. The requirement comprises a framework agreement for the supply and maintenance of Gateline Infrastructure that will enable members of the travelling public to access rail services at stations and other designated locations. The services include: a)Supply of New Gateline infrastructure, including the mechanical components required to control passenger access to designated areas; bank-card readers that possess the necessary certification for compliant use; ITSO card and bar-code readers; b)Installation and Commissioning Services - of Gateline Infrastructure including any required sourcing and supply arrangements, planning, permissions, civils works, connection to all systems and networks, testing and commissioning compliant with all rail industry and other required compliance requirements and standards. An option to decommission Gateline Infrastructure is included within these services; c)The option for Upgrades to existing Gateline components - as may be required so that existing infrastructure or components may be updated and improved to reflect latest functionality and standards; d)Maintenance and Operation - including Device Management to enable the operation of both new and updated Gateline Infrastructure to effective operational levels, providing an acceptable level of service to the public; and e)Demonstrable delivery of Social Value The key objective of the procurement is to establish a framework agreement with a single economic operator that will enable NTL "the Utility" (and the other Contracting Utilities listed on this notice) to enter into their own respective Agreements under the framework following conclusion of the procurement exercise. The nature of the Gateline Supply and Maintenance Agreement is that both supply, works and services will be 'called-off' by the Utility and Contracting Utilities in accordance with their specific requirements following contract award and in accordance with a 'call-off' procedure that will be subject to negotiation during the procurement process. The value of the Gateline Supply and Maintenance Agreement will therefore depend upon the level of subscription to the framework, however the estimated value is based upon supply and commissioning of 500 Gateline Infrastructure components and their operation and maintenance over the initial contract term and two extension periods. Northern Trains (NTL) has chosen to run the procurement under the negotiated procedure with a prior call for competition under Regulation 47 of the Utilities Contract Regulations 2016. Given the subject matter of the framework agreement and the exceptional circumstances that apply in respect of award of a contract to single economic operator and proprietary nature of maintenance and operation obligations, the term of the agreement will exceed 8 years as set out in Clause 51(3) of the Utilities Contracts Regulations 2016. The contract term for the Gateline Supply and Maintenance Agreement is consequently a five-year initial term with two options for further 5-year extensions.

Value: 50000000
Published: 2023-09-14
Deadline: 2023-10-24
50000000 2023-09-14 2023-10-24
Gateline Supply and Maintenance Agreement
UK York Northern Trains Limited

In addition to Northern Trains Ltd the participating Contracting Utilities to this agreement are: Official name Greater Man chester Combined Authority (GMCA) Postal address: Tootal Buildings, 56 Oxford Street, Manchester M1 6EU Country United Kingdom (UK) - ------------------- Official name Transport for the North Postal address: Ground Floor, West Gate, Grace Street Town Leeds Postal code LS1 2RP Country United Kingdom (UK) - ------------------- Official name: South Yorkshire Mayoral Combined Authority Postal address: 11 Broad Street West Town Sheffield Postal code S1 2BQ Country United Kingdom (UK) - ------------------- Official name Liverpool City Region Combined Authority Postal address: 1 Mann Island, Liverpool L3 1BP, UK. Country United Kingdom (UK) - ------------------- Official name: Tyne and Wear Passenger Transport Executive Postal address: Nexus House, St James' Boulevard Town Newcastle upon Tyne Postal code NE1 4AX Country United Kingdom (UK) - ------------------- Official name: Transport for West Midlands (West Midlands Combined Authority) Postal address: Centro House, 16 Summer Lane Town Birmingham Postal code B19 3SD Country United Kingdom (UK) - ------------------- Official name: West Yorkshire Combined Authority Postal address: Wellington House, 40-50 Wellington Street Town Leeds Postal code LS1 2DE Country United Kingdom (UK) - ------------------- Official name: Trenitalia c2c Limited Postal address: 7th Floor, Centennium House, 100 Lower Thames Street, London, EC3R 6DL. Country United Kingdom (UK) - ------------------- Official name: First Trenitalia West Coast Rail Limited Postal address: 8th Floor The Point, 37 North Wharf Road, London, United Kingdom, W2 1AF Country United Kingdom (UK) - ------------------- Official name: The Chiltern Railway Company Limited Postal address: 1 Admiral Way, Doxford International Business Park, Sunderland SR3 3XP. Country United Kingdom (UK) - ------------------- Official name: Abellio East Midlands Limited Postal address: 2nd Floor St Andrew's House, 18-20 St Andrew Street, London, EC4A 3AG. Country United Kingdom (UK) - ------------------- Official name: Govia Thameslink Railway Ltd Postal address: 3rd Floor, 41-51 Grey Street, Newcastle upon Tyne, NE1 6EE Country United Kingdom (UK) - ------------------- Official name: First Greater Western Limited Postal address: Milford House, 1 Milford Street, Swindon, SN1 1HL. Country United Kingdom (UK) - ------------------- Official name: Abellio East Anglia Ltd Postal address: 2nd Floor St Andrew's House, 18-20 St Andrew Street, London, EC4A 3AG. Country United Kingdom (UK) - ------------------- Official name: Heathrow Express Operating Company Limited. Postal address: The Compass Centre, Nelson Road, Hounslow, Middlesex, TW6 2GW Country United Kingdom (UK) - ------------------ Official name: London North Eastern Railway Limited. Postal address: West Offices, Station Rise, York,YO1 6GA Country United Kingdom (UK) - ------------------ Official name: West Midlands Trains Ltd Postal address: 2nd Floor St Andrew's House, 18-20 St Andrew Street, London, EC4A 3AG Country United Kingdom (UK) - ------------------- Official name: MerseyRail Electrics 2002 Postal address: 9th Floor Rail House, Lord Nelson Street, Liverpool, L1 1JF Country United Kingdom (UK) - ------------------- Official name: ScotRail Trains Ltd Postal address: Atrium Court, 50 Waterloo Street, Glasgow, Scotland, G2 6HQ Country United Kingdom (UK) - ------------------- Official name: First MTR South Western Trains Limited Postal address: 8th Floor The Point, 37 North Wharf Road, London, United Kingdom, W2 1AF Country United Kingdom (UK) - ------------------- Official name: SE Trains Limited Postal address: Second Floor, 4 More London Riverside, London SE1 2AU Country United Kingdom (UK) - ------------------- Official name: Govia Thameslink Railway Ltd. Postal address: 3rd Floor, 41-51 Grey Street, Newcastle upon Tyne, NE1 6EE. Country United Kingdom (UK) - ------------------ Official name: Transpennine Trains Limited Postal address: Great Minster House, 2nd Floor Franchise Resilience And Mobilisation Team, 33 Horseferry Road, London, England, SW1P 4DR Country United Kingdom (UK) - ------------------- Official name: Transport for Wales Ltd Postal address: 3 Llys Cadwyn, Pontypridd, CF37 4TH. Country United Kingdom (UK) - ------------------- Official name: Eurostar International Ltd Postal address: 6th Floor, Kings Place, 90 York Way, London, England, N1 9AG Country United Kingdom (UK) - ------------------- Official name: Network Rail Limited Postal address: Waterloo General Office, London, United Kingdom, SE1 8SW Country United Kingdom (UK) ------------------- To view this notice, please click here:

Value:
Published: 2023-09-13
Deadline:
2023-09-13
Rail Advertising Services
UK Glasgow ScotRail Trains Limited

ScotRail are seeking to contract with a single supplier to provide advertising services across the entire ScotRail estate: roadside, on-train, in-station, ticket gates and experiential. The current advertising portfolio has a mixture of classic paper panels and modern digital units and we are tendering for a supplier to manage and invest into our current estate.

Value:
Published: 2023-09-12
Deadline: 2023-10-11
2023-09-12 2023-10-11
Rail Advertising Services
UK Glasgow ScotRail Trains Limited

ScotRail Trains Limited (ScotRail) are engaging the market for a prospective third party to provide Rail Advertising services: including roadside, in-station, on-train and ticket gates).

Value:
Published: 2023-09-11
Deadline: 2023-10-11
2023-09-11 2023-10-11
Provision of a National Rail Communications Centre Service
UK LONDON Train Information Services Limited

Value:
Published: 2023-09-08
Deadline:
2023-09-08
Unmanned Aerial Systems Framework
UK London Network Rail Infrastructure Ltd

Requests for further information and any questions or clarifications in respect of this RFI should be addressed to Graham.Holbrook@networkrail.co.uk Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-09-08
Deadline:
2023-09-08
South Yorkshire Mayoral Combined Authority - Mass Transit Track Work Contracts
UK Sheffield South Yorkshire Mayoral Combined Authority Group

The following activities are the anticipated core tasks within the contract required to beundertaken by the Supplier(s), and are likely to form the bulk of the suppliers' activities:• Embedded rail replacement• Embedded special track replacement (Switches, crossings, diamonds etc.)• Ballasted track replacement• Ballasted special track replacementRail replacement shall include, but not limited to, the following activities:• Method statements, pre-installation surveys, rail and special trackwork preparatory and pre-coating works, procurement, and storage of materials, transport and storage of rails, pre-curvingof rails, installation, testing and post installation commissioning.• Programme management, stakeholder engagement and constraints management.• Local authority licencing and access permits,• Traffic, environmental and waste management.

Value: 55000000
Published: 2023-08-27
Deadline: 2023-10-20
55000000 2023-08-27 2023-10-20
Signage Production and Maintenance
UK Edinburgh Historic Environment Scotland

Historic Environment Scotland requires a supplier to produce and deliver various types of high-quality, external-grade graphics and signage for Properties in Care across Scotland, including the Islands. Requirements include interpretive graphics, as well as other types of signage that may include e.g. visitor information & behavioural signage; health & safety signage; direction & wayfinding signage; arrival & welcome signage. Specifications may include e.g. lecterns; wall-mounted signs; existing stone cairn/plinth-mounted signs; rail-mounted signs; and post-mounted signs. In some cases, the contract may include graphics and signage for interior exhibitions.

Value: 475000
Published: 2023-08-25
Deadline: 2023-10-16
475000 2023-08-25 2023-10-16
Provision of Helicopter Services to Deliver Aerial Survey Work
UK London Network Rail Infrastructure Ltd

Further information covering the anticipated technical specifications for this requirement is available on request and it is strongly suggested that interested parties consider these requirements. The Information covers: Aircraft Requirements and Availability Pilot Availability and Competence Profile Sensors, Camera Equipment and Systems Provision of Personal Protective Equipment Provision of Information Technology Flight Bases and Facilities requirements Requests for further information and any questions or clarifications in respect of this RFI should be addressed to Graham.Holbrook@networkrail.co.uk Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-08-25
Deadline:
2023-08-25
Drainage Clearance and Surveys Framework
UK London Network Rail Infrastructure Ltd

Please note that any content received via response to this Notice will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender. This Notice does not constitute a call for competition to procure any services, supplies or works mentioned in this Notice and Network Rail will not accept any proposals offered in response to this Notice. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any Notice event. Any procurement of any services, supplies or works by Network Rail will be carried out in accordance with the provisions of the Utilities Contracts Regulations 2016, as updated from time to time. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice issued does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement.

Value:
Published: 2023-08-24
Deadline:
2023-08-24
TfL Fire Systems (Rail) Maintenance Services
UK LONDON Transport for London

This is a competitive procurement for the award of a single contract for the supply of Maintenance Services for Fire Systems assets within stations, depots and other buildings within the Transport for London and TfL subsidiaries network (including without limitation London Underground, London Overground, RfLi (Elizabeth Line) and Trams. Systems and services include, but are not limited to:-Detection and alarm systems-Sprinkler and water mist systems-Dry and wet mains systems-Damper controls-LUL Fire system isolations-Portable Fire Extinguishers-Compartmentation ( Fire stopping and Doors/shutters/glazing ) Corrective ServicesThe proposed contract will be for a period of 5 years with an option to extend for up to a maximum of 2 years.Interested parties must register on Transport for London's SAP Ariba system and then request access to the procurement event.Interested parties can then view the Specification, Performance requirements, and Contract and then submit their Supplier Qualification responses before the time and date stated (15:00 hours, Monday 18 September 2023)Access details provided in III.1 below.

Value: 110000000
Published: 2023-08-19
Deadline: 2023-09-18
110000000 2023-08-19 2023-09-18
Clapham Junction Fire Safety Services
UK London Network Rail Infrastructure Ltd

Network Rail has issued a parallel running pre-qualification and invitation to tender package. This has been published by Network Rail via BravoNR. If you would like to participate please register using the following web address https://networkrail.bravosolution.co.uk/ by the deadline of 12:00 (noon) on 3rd September 2023 . This is open for anyone to register

Value: 5000000
Published: 2023-08-15
Deadline: 2023-09-13
5000000 2023-08-15 2023-09-13
Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree)
UK City of Westminster Department for Transport

Value:
Published: 2023-08-15
Deadline:
2023-08-15
Traction Power Modelling - Request for Interest
UK London Network Rail Infrastructure Ltd

Please note that any content received via response to this Notice will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender. This Notice does not constitute a call for competition to procure any services, supplies or works mentioned in this Notice and Network Rail will not accept any proposals offered in response to this Notice. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any Notice event. Any procurement of any services, supplies or works by Network Rail will be carried out in accordance with the provisions of the Utilities Contracts Regulations 2016, as updated from time to time.

Value:
Published: 2023-08-11
Deadline:
2023-08-11
P-2767 Inspection and Maintenance of Bus and Train Washes 23-28
UK Belfast Translink

Translink requires a competent contractor to inspect service and maintain its Bus and Rail washes and water recycling units at Translink depots across Northern Ireland on a quarterly basis. Under this procurement the Economic Operator will be required to support the Client's social benefit objectives. Accordingly, contract performance conditions may relate, in particular, to social considerations. Your proposal MUST be submitted within the eTendersNI portal, via this CfT. NO OTHER METHOD OF SUBMISSION WILL BE ACCEPTED.

Value: 500000
Published: 2023-07-29
Deadline: 2023-08-31
500000 2023-07-29 2023-08-31
Instrumented Rail Clamp System Requirements. Wales & Western Region
UK London Network Rail Infrastructure Ltd

Please note that any content received via response to this PIN will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out in accordance with the provisions of the Utilities Contracts Regulations 2016.

Value:
Published: 2023-07-24
Deadline:
2023-07-24
Eastern Region Level Crossing Lift and Replace Framework
UK London Network Rail Infrastructure Ltd

Please note this activity and any communication from it will cease immediately should a formal competition be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Any questions or clarifications in respect of this RFI should be addressed to Charlotte.davis@networkrail.co.uk. Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-07-21
Deadline:
2023-07-21
Network Rail Internal Audit Tender
UK London Network Rail Infrastructure Ltd

Value:
Published: 2023-07-19
Deadline:
2023-07-19
Training Content Library
UK London Network Rail Infrastructure Ltd

Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to this PIN. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Should you wish to respond to this RFI please complete the attached document titled “Digital Content Library RFI Submission Template”, which can be accessed via the link and instructions below: Follow the following link - https://networkrail.bravosolution.co.uk/web/login.html From the welcome screen, access the “View Current Opportunities” link and select “Digital Content Library - Request for Information (RFI)". Click on the attachment – “Digital Content Library RFI Submission Template”. Supplier responses should be completed through responding to questions within this provided excel document. Once completed, please send your excel submission document via email as attachment to tom.weatherley@networkrail.co.uk with the email subject "Digital Content Library RFI Submission". The response deadline for this RFI is Wednesday 27th July 2023. Any questions or clarifications in respect of this RFI should be addressed to tom.weatherley@networkrail.co.uk. Network Rail would like to thank you in advance, should you wish to respond to this Request for Information.

Value:
Published: 2023-07-13
Deadline:
2023-07-13
Pre-Market Engagement: Isolations & Associated Services
UK London Network Rail Infrastructure Ltd

Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Any questions or clarifications in respect of this RFI should be addressed to Olivia.Carroll2@networkrail.co.uk Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-07-05
Deadline:
2023-07-05
Pre-Market Engagement: Isolations & Associated Services
UK London Network Rail Infrastructure Ltd

Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Any questions or clarifications in respect of this RFI should be addressed to Olivia.Carroll2@networkrail.co.uk Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-07-05
Deadline:
2023-07-05
Pre-Market Engagement: Isolations & Associated Services
UK London Network Rail Infrastructure Ltd

Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Any questions or clarifications in respect of this RFI should be addressed to Olivia.Carroll2@networkrail.co.uk Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-07-05
Deadline:
2023-07-05
Data Loggers
UK London Network Rail Infrastructure Ltd

Responding to this PIN is an excellent opportunity to engage, share relevant information and provide each other with feedback. Should you wish to respond, please complete the attached document titled “Data Loggers - RFI Submission Template”, this can be accessed via the link and instructions below: 1. Follow the link - https://networkrail.bravosolution.co.uk/web/login.html 2. From the welcome screen, access the “View Current Opportunities” link and select “Data Loggers". 3. Click on the attachment – “Data Loggers - RFI Submission Template”. Supplier should be responding to questions in the excel document. 4. Once completed please send your RFI Submission Template via email to aggie.kozlowska@networkrail.co.uk with the email subject "Data Loggers RFI". The response deadline for this RFI is the 1st of August 2023. Any questions or clarifications in respect of this RFI should be addressed to aggie.kozlowska@networkrail.co.uk Network Rail would like to thank you in advance should you wish to respond to this Request for Information. Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016.

Value:
Published: 2023-07-04
Deadline:
2023-07-04
FM Premises (RAIL) Fabric Maintenance Services - (Buildings and facilities management)
UK LONDON Transport for London

This is a competitive procurement for the award of a single Maintenance Services contract for the provision of Premises Maintenance Services (these include: fabric maintenance, doors and locks maintenance, vegetation on structures and safety markings). Building and facilities management.The proposed contract will be for a period of 5 years with an option to extend for up to a maximum of 2 years.Interested parties must register on Transport for London's SAP Ariba system and then request access to the procurement event.Interested parties can then view the Specification, Performance requirements, and Contract and then submit their Supplier Qualification responses before the date stated. (Friday 28 July 2023)Access details provided below.

Value: 88100000
Published: 2023-06-27
Deadline: 2023-07-28
88100000 2023-06-27 2023-07-28
Third Sector Support for the Prevention of Rail Suicide and Vulnerable Presentations
UK London Network Rail Infrastructure Ltd

Value:
Published: 2023-06-27
Deadline:
2023-06-27
790032088 Pre-Audit Verification and Support (RISQS)
UK London Rail Safety and Standards Board (RSSB)

The project must provide Buyer and Supplier support services including Registering and pre auditing Suppliers by verification of submitted questions sets and predetermining audit requirement and scopes where appropriate. Suppliers can become members of RISQS which offers buyers the ability to search for pre-qualified suppliers in the rail.

Value: 2000000
Published: 2023-06-21
Deadline: 2023-07-20
2000000 2023-06-21 2023-07-20
Network Rail North West & Central Region CP7 Frameworks relating to Capital Delivery Works (Phase 2): Framework Category A
UK London Network Rail Infrastructure Ltd

Network Rail is looking to appoint two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between £7m and £200m. The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines:Civil Engineering, which includes but is not limited to;• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.Buildings, which includes but is not limited to;• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.Railway Engineering, which includes but is not limited to;• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.The scope of the works for the three disciplines includes:• Feasibility• Survey, investigation, and reporting• Option selection (involving outline methodology)• Outline and detailed design (including temporary works)• Implementation (including demolition)• Commissioning • Hand back into maintenance• Statutory consents and permissions• If directed, third party access agreementsThe projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.Two Suppliers will be awarded a framework agreement for Lot A1 covering the Region. Network Rail intends to allocate works to the relevant supplier using a direct award process on a ‘next in line’ allocation as set out in the framework agreement. The two framework suppliers will be allocated projects with an estimated final cost between £50m and £200m on a rotational basis. In addition, these two framework suppliers will also be allocated projects with an estimated final cost between £7m and £50 on a rotation basis along with the two Lot A2 framework suppliers (see further description below for Lot A2). The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in Lot A1 would have an estimated anticipated value in the range of £145m to £155.375m.

Value: 490000000
Published: 2023-06-20
Deadline: 2023-07-28
490000000 2023-06-20 2023-07-28
P-2705 Manufacture of components required for Bus and Rail Engineering
UK Belfast Translink

Translink seek to establish a Multi Supplier Framework enabling them to run Secondary Competitions and Directly Select suppliers to manufacture fabricated components which are required for Bus and Rail Engineering. It is anticipated the contract will commence in September 2023 for an initial 5 year term. Your response must be submitted via the relevant Call for Tender (CfT) on the eTendersNI portal. Instructions on how to submit your response can be found within the Interactive Walkthrough on the eTendersNI Homepage. No other method of submission will be accepted.

Value: 1400000
Published: 2023-06-16
Deadline: 2023-07-20
1400000 2023-06-16 2023-07-20
P-2705 Manufacture of components required for Bus and Rail Engineering
UK Belfast Translink

Value:
Published: 2023-06-15
Deadline:
2023-06-15
The Installation and Hire of Large Output Generators for Temporary Power Supplies Framework
UK London Network Rail Infrastructure Ltd

Please note this activity and any communication from it will cease immediately should a formal competition be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Any questions or clarifications in respect of this RFI should be addressed to Charlotte.davis@networkrail.co.uk. Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-06-14
Deadline:
2023-06-14
Market Engagement Event: Northern Powerhouse Rail / Integrated Rail Plan Development & Design Services Framework
UK London Network Rail Infrastructure Ltd

Network Rail is committed to ensuring fairness, openness, and transparency. In addition, we encourage the participation of Small Medium Enterprises, commonly known as SMEs. All information provided on Network Rail's current thinking as part of the market engagement exercise (including the contents of this notice and the Request for Information) should be considered indicative in nature and no overall decision on the delivery model has yet been made. The market engagement exercise is not a formal request for expressions of interest. Participation or non-participation in this exercise will not confer any advantage or disadvantage on any person in respect of any future competitive procurement process. However, the results of the market engagement exercise (including written responses and any clarification questions or meetings) may be used to shape and refine the delivery model before any formal competitive procurement process is launched. Respondents should note that information provided in response to the market engagement exercise may (at Network Rail's discretion) be disclosed by Network Rail to its directly appointed advisers and consultants (all of whom are subject to obligations of confidentiality as part of their appointment). The information provided in responses may also be disclosed, in a suitably summarised and anonymised form, to other stakeholders and to other interested persons. Notwithstanding that, where any response (or any part of it) is genuinely commercially sensitive, the respondent should make this clear, and Network Rail will not include that in any wider publication (beyond its directly appointed advisers and consultants). Network Rail is not obliged to respond to any correspondence related to the market engagement exercise. Direct or indirect canvassing of Network Rail (or any person connected with it) by any person concerning the market engagement exercise, or any attempt to procure information outside of the defined process is discouraged and may (in certain circumstances) require the disqualification of the relevant person(s) from participation in any future competitive procurement process. Any costs of participation in this market engagement exercise will be borne by the respondent. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. All information provided by Network Rail during this market engagement exercise is at an early stage of development, is not intended by Network Rail to create any contract or other commitment and is not intended by Network Rail to be otherwise relied on by any person to any extent. Network Rail shall have no liability for any losses incurred by any person as a result any such reliance. As a reminder, this is not a call for competition.

Value:
Published: 2023-06-13
Deadline:
2023-06-13
Tender for Dundee Airport to London Air Services Public Service Obligation
UK Dundee Dundee City Council

This procurement process invites tenders for the Contract for the Dundee Airport to London Air Services Public Service Obligation.Dundee City Council is seeking to procure the services of an airline operator to provide a scheduled air service between Dundee Airport (DND) and a London airport. This can be any of the following 6 London Airports, listed in alphabetical order: London Gatwick, London Heathrow, London City, London Luton, London Southend, and London Stansted. A London airport has been defined by the Department for Transport (DfT) as any airport that can access transport zone 1 of London within 60 minutes by rail.

Value:
Published: 2023-06-06
Deadline: 2023-08-07
2023-06-06 2023-08-07
Weedspray Planning and Management
UK London Network Rail Infrastructure Ltd

Network Rail has a requirement for the planning and management of the annual weedspray season on a national basis.

Value: 3000000
Published: 2023-05-18
Deadline: 2023-06-16
3000000 2023-05-18 2023-06-16
HS2 Rail Systems : Supply of Fleet of On-Track Machines
UK Birmingham HS2

Conditions regarding this PIN: 1) HS2 Ltd has selected CPV codes at II.1.2) Main CPV code and II.2.2) Additional CPV code(s) that most closely fit the scope of this market engagement but suppliers should review the briefing for further information on the scope of this market engagement. 2) Please complete and return the questionnaire by 5pm UK time on Tuesday 16th May 2023 in accordance with the instructions in the questionnaire. 3) This PIN is not a call for competition and is not published to reduce time limits for the receipt of tenders. 4) This PIN is only to inform suppliers that HS2 Ltd wishes to commence market engagement as described in the PIN and in the questionnaire. Any dates and/or durations in this PIN and in the questionnaire are indicative only. 5) Failure to register an interest in connection with this PIN shall not prevent an organisation from participating in an formal call for competition. 6) This procurement may be launched in due course by the publication of a contract notice. 7) HS2 Ltd reserves the right not to commence any procurement of award of any contract in respect of this opportunity. 8) HS2 Ltd reserves the right to amend its procurement/strategy and/or scope of goods/services at any time, included but not limited to as a result of governance assurance and regulatory changes. Insofar as permitted by law, HS2 Ltd shall not be liable for any losses incurred by any party as a result of reliance on the information contained/linked herein. 9) HS2 Ltd reserve the right to include this requirement within alternative procurements in accordance with HS2 Ltd agreed procurement strategies. 10) HS2 Ltd is not obliged to communicate with any parties/economic operators that complete the questionnaire. 11) HS2 Ltd is not obliged to respond to any correspondence on this notice or any matter related to this market engagement. The decision to include any party/economic operator in any subsequent market engagement process shall remain with HS2 Ltd alone.

Value:
Published: 2023-05-02
Deadline:
2023-05-02
South Yorkshire Supertram Embedded Rail Repairs - April 2023
UK Sheffield South Yorkshire Mayoral Combined Authority Group

SYMCA require a contractor to undertake repairs to the polymer sealant across the light rail network. The successful contractor will undertake repairs to the embedded rail sections and track slab.

Value: 5500000
Published: 2023-04-28
Deadline: 2023-06-07
5500000 2023-04-28 2023-06-07
Provision of Client Interactive Safety Training
UK London Network Rail Infrastructure Ltd

The contract form of tender shall be NR1 which will include clauses that Network Rail retains or shares Intellectual Property Rights (IPR) of the end-product with the appointed provider

Value:
Published: 2023-04-27
Deadline:
2023-04-27
Network Rail Eastern Routes Partnership Framework
UK London Network Rail Infrastructure Ltd

The scope of work type to be delivered includes but not limited to the following:- Building/civils and associated mechanical and electrical works for: Buildings (Station & Lineside), Light Maintenance Depots, Maintenance Delivery Units, Platform, Canopies, Train sheds, Footbridges, Car Parks and roads and Asbestos contaminated buildings.Mechanical & Electrical (M&E) for: Lifts and escalators, Cable route works, Mechanical, Electrical, Depot plant, Lifts and Escalators and Cable route works Structural works for: Underbridges, Preventative Tunnel interventions, Culverts, Overbridges, Tunnel Repair, Retaining structures, Footbridges, Equipment support structures (signal posts/OLE gantries) and Scour Works Geotechnic works for: Earthwork Embankment, Condition monitoring, Earthwork Soil Cutting, Earthwork Rock Cuttings, Drainage and Off-Track.

Value: 3500000000
Published: 2023-04-22
Deadline: 2023-06-02
3500000000 2023-04-22 2023-06-02
Network Rail Eastern Routes Partnership Framework
UK London Network Rail Infrastructure Ltd

The ERP has been scoped to take into account the priorities of NR relating to economic, social and environmental well-being. These priorities are described in the procurement documents. Projects will be allocated annually. Projects will first be allocated to the Generalist of Specialist level. Projects will then be allocated between contractors (where there is more than one at that level) and will be based on ensuring an equitable allocation of relevant projects for the year between contractors. This will be based on the following 3 factors: (a) Value in monetary terms based on the budget available for of Projects. (b) Risk profile of Projects (as assessed by the Client and being the risk attendant to the relevant Generalist Contractor for each Project) such as stakeholder requirements, consents requirements, access and site conditions/ restrictions, programme restrictions, design complexity and external interfaces for example. (c) Where applicable, Development Projects' Client Priority Levels. The share of work which a contractor is entitled to can be reduced by up to 25% based on KPI performance. The process for allocation of projects is set out in Part 2 of the ERP. Additional information for section IV.1.3) Extended term is necessary due to: Upfront Investment: The extended contract duration is required to provide sufficient time for suppliers to recoup the upfront investment expected to expedite the establishment of a fully functioning partnership delivery model. Cultural/Organisational Alignment: Sophisticated alliance/partnership models require embedded cultural and people alignment that can only be achieved over a longer period through relationship management and coaching. Programme Flexibility: Political and budgetary changes will require flexibility over the term to achieve programme outcomes. A 10 year term enables maximum flexibility to manage scheme and budget adjustments. Working Practices: The new delivery model will represent a change in Network Rail working practices and procedures. An increased term will enable Network Rail to embed the necessary step change in maturity working in collaboration with the Partners to achieve the required outcomes. Standardisation: A longer term contract is essential to realise primary benefit of design standardisation, requiring investment in time, resource and lessons learned. Skills Shortage: Infrastructure spend in the UK is forecasted to increase in the next 10 years. In parallel the industry is seeing skills and resource shortages. To submit a PQQ for this Tender, register for a free account at https://networkrail.bravosolution.co.uk. Click the 'PQQs Open To All Suppliers' link. Click on the relevant PQQ to access the content. Click the 'Express Interest' button at the top of the page. Network Rail reserves the right:- 1. not to accept the highest scoring, or any, tender. 2. cancel the competition or part of it for any reason, and Participants' costs will not be reimbursed. 3. not to award any contract as a result of this tendering exercise commenced by publication of this notice; and 4. to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will Network Rail be liable for any costs incurred by Participants. Participants should note that tenders are submitted at the supplier's own cost and risk. Further information is provided in the Procurement Documents.

Value:
Published: 2023-04-21
Deadline:
2023-04-21
Your Alerts:

Why use Thornton & Lowe
Where to find rail tenders?

In this highly competitive sector bidding for rail contracts can often be stressful. Using our vast knowledge and experience, Thornton & Lowe understand how to overcome the current challenges in the marketplace and how to respond to the expectations of rail buyers, to put our clients ahead of the competition. With offices throughout the UK, Thornton & Lowe are perfectly placed to provide local, regional and national support.

We have successfully supported many of our clients who have traditionally been tier 2 contractors, into securing tier 1 contracts with key railway providers. As well as core infrastructure projects into rail we have also helped our clients secure contracts for recruitment service, vegetation management, professional services into rail and specifically Network Rail projects.

Our team of in-house bid writers tailor our services to the requirements of each bid, meaning whether your organisation needs end to end bid support, or a previous submission review, our writers will be able to assist.

With the ongoing development of projects, and new initiatives launched frequently, rail tender opportunities can span a wide range of works, services and products, providing both SME's and larger businesses lucrative opportunities. With numerous tender opportunities available it can be difficult to navigate the tender process from finding suitable tenders through to developing the winning bid. You can read more about this process in our in-depth guide.

Using our Tender Pipeline software, below, you can search for LIVE rail tenders. Our tool allows you to define your search further to suit the desired contract opportunity that fits with your business services. Also, sign up today to receive notifications of relevant contracts tailored to you.


Push your business to the next level.
Win more rail contracts.

Get bid support

Made by Statuo