|
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 |
|
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 |
|
|
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 |
|
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 |
|
|
Pre-market Engagement- [Network Rail- Health Cash Plans]
UK
London
Network Rail Infrastructure Ltd
To access the Soft Market Engagement document please go to our Bravo Site and select view current opportunities.https://networkrail.bravosolution.co.uk/web/login.html
Value: |
|
Published: |
2023-04-21 |
Deadline: |
|
|
|
2023-04-21 |
|
|
Gateline Replacement
UK
LIVERPOOL
MERSEYRAIL ELECTRICS 2002 LIMITED
1. ORGANISATIONAL OVERVIEWMerseyrail is one of the most punctual and reliable rail networks in the UK, with consistently high scores for passenger satisfaction and national award wins for customer service. The self-contained network has some of the most affordable fares in the country and operates over 600, regular services per day to 68 stations throughout the Liverpool City Region.2. INTRODUCTIONMerseyrail are working in close partnership with Liverpool City Region Combined Authority (LCRCA) to transform customer journeys ensuring that customers can benefit from a pay as you go (PAYG) Account Based Ticketing system (ABTS). This aligns with the 'London style ticketing' which is a vision endorsed by Merseyrail and the Metro Mayer of the Liverpool City Region.Merseyrail operate a frequent train service across a small dense urban network and the average fare is low. Research shows that customers tend not to purchase their ticket before travel and instead prefer to purchase their ticket at a station.Using a new ABT system passengers would simply tap a platform validator or station gate at the start and end of their journey. The ABT system uses these taps to calculate and charge the best value fare for the journey, removing the need for passengers to queue at ticket offices or work out which ticket they require.The ABT system will be token agnostic, providing the flexibility to accept ITSO (MetroCard), EMV (bank card and EMV devices such as mobile phones) and Barcode. However, Merseyrail's current gate lines do not support EMV and so as part of the Future Ticketing Strategy, we are looking to procure replacement gate lines which will include the above functionality. ITSO will be Phase 1 of the ABT rollout, in which passengers will use the existing MetroCard to tap in and tap out. With integration with Merseytravel's Host Operator Processing System (HOPS), the new ABT system will charge the passenger's bank account assigned to the MetroCard. Phase 2 will be EMV, allowing passengers to tap the gates and platform validators with their bankcard or EMV enabled device, with automatic charges going to that bankcard. Consistent with gate lines across the country, Merseyrail gate lines are not compatible with EMV and so Merseyrail is now looking to replace gate lines with EMV capabilities as part of the delivery of ABT. This procurement will involve replacing 50 gates with priced options for the potential of a further 13 additional gates being installed to the Merseyrail estate, Bidders will be requested to price each location individually to allow prioritisation of sites and budget, as well as an all-inclusive cost which may drive efficiencies and cost savings. Platform validators required for ABT are already installed at all non-gated stations. Based on the planned phases, compatibility with ITSO and EMV are must have requirements, with support for magnetic stripe paper tickets and barcode as options to be costed for separately.3. SCOPEThe scope of this procurement covers physical gate hardware along with systems and services as detailed below.Although the new ABT system will be token agnostic, Merseyrail is looking for costs for the new gate lines to include a breakdown of cost options with CCST magnetic tickets and Barcode ticket compatibility as options, and ITSO and EMV as must haves upon initial installation.A detailed specification will be issued with the Invitation To Tender (ITT), however a high level overview of requirements can be found below. 3.1 Gate ReplacementMerseyrail's estate currently consists of 50 station gates, all of which need to be replaced. In addition to this, In addition to this, 13 new gates may be purchased for installation, with 5 new gates at the Water Street entrance to James Street station, 4 new gates at Lime Street low level and 4 more at Old Hall Street. Gate lines include a mixture of Automatic
Value: |
3000000 |
Published: |
2023-04-19 |
Deadline: |
2023-05-24 |
|
3000000 |
2023-04-19 |
2023-05-24 |
|
Pre-Market Engagement: Network Rail Digital Footfall Solution
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 Charlotte.Green2@networkrail.co.uk.
Network Rail would like to thank you in advance should you wish to respond to this Request for Information.
Value: |
|
Published: |
2023-04-18 |
Deadline: |
|
|
|
2023-04-18 |
|
|
Project Management Support for Carlisle Southern Link Road
UK
Carlisle
Cumberland Council
Cumberland Council is undertaking construction of Carlisle Southern Link Road.Carlisle Southern Link Road (CSLR) will connect Junction 42 of the M6 with the A595 and will connect with Carlisle Northern Development route from the A595 to Junction 44 of the M6. The CSLR is an 8km road (60mph) which will include four new roundabouts, five cycle bridges and four road bridges and a cycle path along the northern side along its full length. Two of the bridges will cross Network Rail assets (West Coast Main Line and Cumbrian Coast Line) with one of these bridges also crossing the River Caldew.The new road will facilitate the development of St Cuthbert’s Garden Village in Carlisle, part of the Government’s Garden Towns programme. St Cuthbert’s Garden Village is planned to include the development of 10,325 new homes, new employment opportunities and community facilities along with the new southern link road. CSLR will relieve congestion in Carlisle, improve strategic east-west connectivity and provide the access and network capacity to enable the successful delivery of St Cuthbert’s Garden Village.The project is in the process of awarding the main construction contract with the anticipated start date for construction on site in June 2023.Cumberland Council is seeking to appoint a Professional Services provider to support the existing Carlisle Southern Link Road client team by providing project management and commercial resources and specialist input and advice to team. Expected support will include some core staff anticipated to be employed throughout the duration of the works and additional project and programme resources to backfill roles as and when required.
Value: |
1500000 |
Published: |
2023-04-15 |
Deadline: |
2023-05-15 |
|
1500000 |
2023-04-15 |
2023-05-15 |
|
Drug and Alcohol Testing - Random and For Cause
UK
London
Network Rail Infrastructure Ltd
Network Rail intends to award a contract to a single supplier for the provision of drug and alcohol testing - random and for cause. The technical specification includes (but is not limited to) the following requirements:• Testing to be conducted on Network Rail work locations throughout the Scotland, England and Wales and will accommodate shift working inclusive of night working and weekends;• ‘For cause’ and post incident testing required to be within 2hrs of notification from Network Rail. This service shall be available 24/7/365;• Primary method of Drug testing will be Point of Contact testing (POCT) for urine, with laboratory confirmation required for non-negative samples within 3 days. Alcohol testing is carried out using breath analysis. Network Rail may consider alternative methods of testing during term of contract should there be a sound business and evidence-based reason to make any changes;• Provision of Medical Review Officer (MRO) for medical review and confirmation of positive results;• Provision of POCT Testing Kits; • Account and Contract Management; and• Management Information and Reporting
Value: |
3908200 |
Published: |
2023-04-12 |
Deadline: |
2023-04-27 |
|
3908200 |
2023-04-12 |
2023-04-27 |
|
Travel Management Company
UK
Manchester
General Medical Council (GMC)
The GMC are looking for a travel management company to facilitate to booking of air, rail and accommodation requirements. In 2022, spend was GBP2m. The split being 1.6m on hotels, 400k on rail and 60k on air.
Value: |
10000000 |
Published: |
2023-03-31 |
Deadline: |
2023-05-10 |
|
10000000 |
2023-03-31 |
2023-05-10 |
|
Digitisation of Training Technology
UK
London
Network Rail Infrastructure Limited
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.
Should you wish to respond to this RFI please complete the attached document titled “Digitisation of Training Technology – RFI Submission Template”, this can be accessed via the link and instructions below.
Follow the link - https://networkrail.bravosolution.co.uk/web/login.html
From the welcome screen, access the “View Current Opportunities” link and select “Digitisation of Training Technology ".
Click on the attachment – “Digitisation of Training Technology – RFI Submission Template”
Supplier responses should be responding to questions with excel document, as well as preparing a demonstration/presentation of their capabilities that can be shared within scheduled workshop
Once completed please send your excel submission document via email as attachment to sonia.diosee@networkrail.co.uk with the email subject "Digitisation of Training Technology RFI". The response deadline for this RFI is 14th April 2023.
Suppliers who respond to this request for information who meet our requirements will be provided with the opportunity to demonstrate their solution to the Network Rail project team via Microsoft Teams within a 2 weeks’ period from 24th April 2023, the session will be held for an hour with approximately 30 mins for questions.
The RFI demonstration meeting is exploratory only and does not form part of a competitive tender exercise. All discussion and related RFI demonstration collateral shall not be shared with any third parties;
The meeting will be recorded and only shared with those individuals who form part of the project team. This will be for audit purposes and to share with any of the project team unable to make the demonstration. If you do not wish for your demo to be recorded, then please make this known to procurement in advance.
Any questions or clarifications in respect of this RFI should be addressed to sonia.diosee@networkrail.co.uk.
Network Rail would like to thank you in advance should you wish to respond to this Request for Information
Value: |
|
Published: |
2023-03-24 |
Deadline: |
|
|
|
2023-03-24 |
|
|
Digital Marketing Services – Paid Social Media Advertising
UK
York
NORTHERN TRAINS LIMITED
Northern Trains Limited (Northern) are looking for an Agency partner to provide Paid Social Media Advertising services to raise awareness of Northern and drive traffic to the Northern website: https://www.northernrailway.co.uk/ and the Northern app.Northern are a rail company who encourage Leisure and Commuter customers to "Go Do Their Thing" across the North of England.In a typical year, Northern operates a mix of brand-led, seasonal, and tactical campaigns, utilising the sophisticated pricing, targeting and customer persona data at its disposal.Northern is the largest rail company in the North of England, carrying 1 million passengers daily to over 540 destinations. With a fleet of new and refurbished trains, a pipeline of innovations across the entire customer journey and recent gains in brand measures, Northern has fertile ground for growth and a compelling story to tell.We strive to be outstanding in everything we do. We want to work with people who are committed to delivering the highest possible level of performance in everything that they do. We want to work with a partner who is open to ideas, to collaboration, to challenges and to new ways of thinking. In addition to asking all those things of us.
Value: |
1200000 |
Published: |
2023-03-23 |
Deadline: |
2023-04-24 |
|
1200000 |
2023-03-23 |
2023-04-24 |
|
Rail Industry Services
UK
Gateshead
Gateshead College
Gateshead College operates a National Rail Academy and delivers publicly funded education and training, leading to NVQ qualifications in rail engineering.The College is seeking to procure specialist training and services from a National Skills Academy for Rail (NSAR) accredited Supplier who will work in partnership with theCollege to train and qualify new entrants to the rail industry, providing a pathway to employment.In doing so, we aim to assist unemployed adults to gain a foothold in the industry and collectively bridge the ever-growing skills gap within the Rail sector.
Value: |
360000 |
Published: |
2023-03-22 |
Deadline: |
2023-04-24 |
|
360000 |
2023-03-22 |
2023-04-24 |
|
South Yorkshire Mayoral Combined Authority are seeking a Provider to undertake works to Implement the Rail Accident Investigation Branch (RAIB) Recommendation 3: Overspeed Protection System
UK
Sheffield
South Yorkshire Mayoral Combined Authority Group
South Yorkshire Mayoral Combined Authority (SYMCA) is the owner of the South Yorkshire Supertram system. The system opened between 1994 and 1995 with a fleet of 25 Siemens vehicles serving three routes within the city of Sheffield. In 2018 the system was extended to the neighbouring town of Rotherham using innovative tram-train technology where vehicles cross between the light and heavy rail network. To facilitate this extension, seven new vehicles were purchased from Stadler. The system now comprises of four routes and 32 vehicles.Following a tram derailment on the Transport for London Croydon tram system in 2016, the Office of Road and Rail (ORR) UK requires all trams to be fitted with a system which will “...prevent serious accidents due to excessive speed at higher risk locations”.The Purchaser is seeking the supply and installation of an Overspeed Protection System for their 25 Siemens vehicles and the 7 Stadler vehicles.
Value: |
1500000 |
Published: |
2023-03-22 |
Deadline: |
2023-04-28 |
|
1500000 |
2023-03-22 |
2023-04-28 |
|
Train Control Systems Framework
UK
London
Network Rail Infrastructure Ltd
Following previous market briefing event for this procurement (advertised by notice: 2022/S 000-019181), held on 20 July 2022, Network Rail finalised its sourcing strategy and the approach for this procurement event and held a further launch event on 10 March 2023 (advertised by notice: 2023/S 000-006216). A recording of the launch event on 10 March 2023 is available as part of the procurement documents.
The figure stated in II.1.5) Estimated total value relates to the maximum value for the duration of the frameworks.
The estimated total value ranges between £3bn and £4bn for both lots. Precise overall spend under the TCS Frameworks will depend on a number of factors including Control Period funding and the output of business case processes.
Lot 1 - Conventional: £750m - £1bn
Lot 2 - Digital: £2.25bn - £3bn
The figure stated in IV.1.3 relates to the envisaged maximum number of suppliers to be appointed to the framework agreement per Lot.
The TCSF frameworks are intended to be used for major conventional signalling projects and the delivery of ETCS.
Examples of conventional projects which may be commissioned under Lot 1: TCS Framework - Conventional include:
• Large/complex conventional signalling renewals for which the predominant discipline will typically be the signalling element; and
• Large/complex enhancement projects with major infrastructure alterations whereby the associated signalling and train control infrastructure is subject to major modifications or replaced.
In both examples, the signalling scope would be commissioned through Lot 1: TCS Framework - Conventional, and other disciplines / adjacent non-signalling infrastructure works if required would be sourced by Network Rail (via market competition or existing frameworks)
• Significant/complex signalling scope connected to the separate sourcing of the planning, with integration and design of the works under an enterprise style venture by the region.
In this example, the signalling scope would be commissioned through Lot 1: TCS Framework – Conventional but the appointed TCSF supplier would work on a day to day basis with the regionally appointed signalling integrator (acting on behalf of the client).
Other conventional signalling work will still be sourced by regional teams via separate arrangements outside of the Lot 1: TCS Framework – Conventional -whether signalling only or as part of a multi-disciplinary scheme. This scope of this conventional signalling work will typically comprise:
• Minor non-complex or medium complexity conventional signalling renewal or enhancement schemes which do not involve deployment of a new signalling system; and
• Large complex enhancement projects may be placed outside of the TCS framework Lot 1 but these will typically be where the predominant discipline is not the signalling element and/or where the signalling scope requires extensions to signalling system rather than major modifications or the deployment of a new signalling system.
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 notice does not guarantee that a candidate will be invited to tender.Network Railreserves 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 https://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.
Value: |
|
Published: |
2023-03-17 |
Deadline: |
|
|
|
2023-03-17 |
|
|
Network Rail North West & Central Region CP7 Frameworks relating to Capital Delivery Works (Phase 2)
UK
London
Network Rail Infrastructure Ltd
Value: |
|
Published: |
2023-03-13 |
Deadline: |
|
|
|
2023-03-13 |
|
|
Audit & Inspections of Property Managed Commercial Assets across Network Rails Regional and Central Departments.
UK
London
Network Rail Infrastructure Ltd
Network Rail (NR) requires 4 framework suppliers (Consultants) to undertake and complete the statutory compliance and general planned preventative maintenance (PPM) inspections/audits of Network Rail’s commercial properties, including freight sites; the retained commercial estate and other properties, including the capacity for inspecting retail units within managed stations that are owned/managed by NR across all regional and central departments.It is envisaged that additional requirements such as arch co estate and development sites will be added to the list of properties during the framework agreement period.Inspectors must have a minimum of HNC/NVQ level 4 in a construction related subject and a minimum of 2 years building condition inspection experience. Building inspectors must have a broad knowledge of building & land statutory compliance, legislation, and maintenance as well as sufficient experience in undertaking such matters. Suppliers are required to carry out all of the required inspections/audits in full compliance with statutory regulation, Health & Safety legislation, Rail Safety Standard Boards requirements, Network Rail standards, HSE Guidance, and industry best practice etc.This framework will also give the relevant Property team complete visibility of assets as part of this service and requires all inspection/audit reports and associated photographs, documents, evidence etc. to be uploaded against the Unique Property Reference Number (UPRN) to Network Rail’ digital system known as iAuditor on a periodic basis and overall periodic compliance dashboards are to be provided. Access to the relevant digital platforms can be requested by the contractor and once the request has been approved can be provisioned by Network Rail. The contractor must notify Network Rail when a member of staff leaves, or no longer needs access, such that the relevant licenses and access can be removed.This contract has a customer service driven element which can be defined as providing guidance, support and encouragement when it comes to addressing the needs and welfare of tenants in the context of meeting statutory and NR best practice H&S standards. As such the Property inspection officers will be expected to interact with tenants, respective stakeholders, and members of the public in a professional and courteous manner using excellent communication skills and logging and recording all contacts.Suppliers will be required to advise the Property team on changes to statutory compliance requirements, and assist the Property team in:• Maintaining the Property Inspections Master Matrix• Updating on legal requirements• Updating on regulatory changes, or changes in statute• Provision of best practice in all of these inspection requirements• Produce periodic management reports to the Regional LeadsThe scope includes inspecting the buildings/arches and land to provide Network Rail with assurance that tenants are up to date with all statutory compliance and general servicing & maintenance requirement. It is required that this assurance is evidenced by viewing maintenance records, certificates, records and so on as well as by visual observations where appropriate.
Value: |
10000000 |
Published: |
2023-03-10 |
Deadline: |
2023-04-14 |
|
10000000 |
2023-03-10 |
2023-04-14 |
|
FW053 Supply of Rail
UK
Belfast
Translink
Northern Ireland Railways Company Limited is establishing a multi-supplier Framework for the supply of rail to support the delivery of Translink’s programme of capital and maintenance works. Translink is a trading name used by any one or more of the companies under the ultimate ownership of the Northern Ireland Transport Holding Company (NITHC). 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: |
|
Published: |
2023-03-09 |
Deadline: |
2023-04-12 |
|
|
2023-03-09 |
2023-04-12 |
|
FW053 Supply of Rail
UK
Belfast
Translink
Value: |
|
Published: |
2023-03-08 |
Deadline: |
|
|
|
2023-03-08 |
|
|
Framework Agreement for the provision of Property Construction and Estate Management Legal Services for First Rail Holdings and First Bus.
UK
Aberdeen
FIRSTGROUP PLC
Value: |
|
Published: |
2023-03-07 |
Deadline: |
|
|
|
2023-03-07 |
|
|
HD050 - 20 A180 Bridge Structures - Cleethorpes Road Flyover and Gilby Road Flyover Repairs
UK
GRIMSBY
NORTH EAST LINCOLNSHIRE COUNCIL
This tender includes works to both Cleethorpes Road and Gilby Road Flyovers. Works to both bridges include bridge deck re-waterproofing, concrete repairs, replacing bridge expansion joints and sealant, repaint steel casings on pier columns, erosion protection repair, full carriageway/footway resurfacing, road markings and road studs. As well as this, Gilby Road includes renewal of all bearings.The principal contractor is to provide all enabling and access works as part of this tender. The principal contractor will be also responsible for all temporary works including bridge jacking for the installation of the bearings, and all necessary statutory body approvals including Network Rail.
Value: |
8000000 |
Published: |
2023-02-25 |
Deadline: |
2023-05-19 |
|
8000000 |
2023-02-25 |
2023-05-19 |
|
Transport and Infrastructure Research & Development (R&D) Partner
UK
COVENTRY
Coventry City Council
Coventry City Council ("the Council") has opted to run a Competitive procedure with negotiation under the Utilities Contracts Regulations 2016 and is seeking to appoint a framework of Research & Development (R&D) partners.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.The approach that the Council has taken to achieve the ambition outlined above is one of innovation and development. This framework of R&D Partners is to develop relationships with organisations that can support all phases of product development from ideation through to market ready product. It is understood that any R&D Partner will need to be able to exercise a support framework of subcontractors and suppliers to achieve the service offering of the full technology development cycle.By setting out the why, what and how of the Council's expectations, this document is intended to describe the relational foundation on which the Council and R&D Partners will team up to achieve those objectives.The Council is seeking R&D partners that provide services that include, but are not limited to:• Project management and cost control• Innovation funding, and the development and identification of funding streams• Ideation - investigation of current technologies and new developments• Analysis and testing• Prototyping• Subcontractor management• Market readiness and business case development including whole life analysis• Design for manufacture, assembly, value engineering• Product life (FATS, SATS, Durability etc.) testing and industry approvals• Very low volume, low volume manufacturing strategy development.• Technical contract specification• Strategic stakeholder engagement• Technical expertise in support of field trails of products and the application of products toward developing the technology readiness levels• Development of digital analysis and data models.• Development of products through the technology readiness levels.• Operation and maintenance of products / components during tests and or development phases.• Activities required to gain industry approval including (included but not restricted to) policy development, case for safety documentation and approval.• Presenting and supporting the council at industry and public forums.This contract will not be split into Lots, but it is recognised that a partner would require the capability to exercise the use of contracts, subcontracts and suppliers to support the contract requirements.
Value: |
35000000 |
Published: |
2023-02-21 |
Deadline: |
2023-03-31 |
|
35000000 |
2023-02-21 |
2023-03-31 |
|
Aerial Derived Data Repository RFI
UK
London
Network Rail Infrastructure Ltd
This is a request for information from Network Rail Infrastructure Ltd regarding the potential re-tender of the Aerial Derived Data Repository System. This request is for information purposes only.
Network Rail is a public body that maintains a network which includes 20,000 miles of track, 30,000 bridges, 20 managed stations across the GBUK and thousands of signals and level crossings. The Network Rail Air Operations team sit within Route Services, the central Network Rail business function, and is looking to retender its current aerial derived data repository system. This should accommodate the increased growth in image size and quality while removing the reliance on hardware specific image accuracy data. The system currently in use is a cloud-based image collaboration tool that helps to manage, view, maintain and analyse the network.
Any potential tender will be launched via the Supplier Qualification System, any supplier wishing to bid for any future tender should register for this system by July 2023.
More information can be found in the 2023 Aerial Derived Data Repository RFI document, any further questions should be directed to Lauren.Scanlon@networkrail.co.uk and responses should be submitted by the 31st of March 2023.
Opportunity Listing URL Here https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=55712
Value: |
|
Published: |
2023-02-20 |
Deadline: |
|
|
|
2023-02-20 |
|
|
Aerial Derived Data Repository RFI
UK
London
Network Rail Infrastructure Ltd
This is a request for information from Network Rail Infrastructure Ltd regarding the potential re-tender of the Aerial Derived Data Repository System. This request is for information purposes only.
Network Rail is a public body that maintains a network which includes 20,000 miles of track, 30,000 bridges, 20 managed stations across the GBUK and thousands of signals and level crossings. The Network Rail Air Operations team sit within Route Services, the central Network Rail business function, and is looking to retender its current aerial derived data repository system. This should accommodate the increased growth in image size and quality while removing the reliance on hardware specific image accuracy data. The system currently in use is a cloud-based image collaboration tool that helps to manage, view, maintain and analyse the network.
Any potential tender will be launched via the Supplier Qualification System, any supplier wishing to bid for any future tender should register for this system by July 2023.
More information can be found in the 2023 Aerial Derived Data Repository RFI document, any further questions should be directed to Lauren.Scanlon@networkrail.co.uk and responses should be submitted by the 31st of March 2023.
Value: |
|
Published: |
2023-02-20 |
Deadline: |
|
|
|
2023-02-20 |
|
|
Supply of Multi-modal Wagons for Network Rail
UK
London
Network Rail Infrastructure Ltd
Value: |
|
Published: |
2023-02-14 |
Deadline: |
|
|
|
2023-02-14 |
|
|
GCRE Purchase of Bulk Materials for Phase 1A Sidings
UK
Neath Port Talbot
GCRE Ltd
Purchase of Bulk Materials for Phase 1A Sidings- Ballast- Rail- Sleepers- Fixings- Stop Blocks
Value: |
|
Published: |
2023-02-07 |
Deadline: |
2023-03-10 |
|
|
2023-02-07 |
2023-03-10 |
|
The Provision of Rail Replacement Bus Services - Planned and Unplanned, Ref GTR0456 REV
UK
London
GOVIA THAMELINK RAILWAY LIMITED
GTR are looking to procure a partner to provide PSVAR (Public Service Vehicles Accessibility Regulations) compliant Rail Replacement Bus Services for both planned and unplanned requirements across the GTR network. The purpose is to run a competitive tender to gain a partner to deliver the Rail Replacement Bus Service and to ensure: - Alignment to GTR's vision/values/strategic pillars, - Robust SLAs/KPIs to drive the right behaviours - Bus tracking technology and real time management information to identify trends and efficiencies, The Lot 1 value of the contract will be (estimated) £10m per annum (subject to demand) for Lot 1 and the contract duration will be for up to 5 years, i.e. £10m x 5 years = £50m estimated for Lot 1.
Value: |
56000000 |
Published: |
2023-02-04 |
Deadline: |
2023-02-20 |
|
56000000 |
2023-02-04 |
2023-02-20 |
|
The Provision of Rail Replacement Bus Services - Planned and Unplanned, Ref GTR0456 REV
UK
London
GOVIA THAMELINK RAILWAY LIMITED
GTR are looking to procure a partner to provide PSVAR (Public Service Vehicles Accessibility Regulations) compliant Rail Replacement Bus Services for both planned and unplanned requirements across the GTR network. The purpose is to run a competitive tender to gain a partner to deliver the Rail Replacement Bus Service and to ensure: - Alignment to GTR's vision/values/strategic pillars, - Robust SLAs/KPIs to drive the right behaviours - Bus tracking technology and real time management information to identify trends and efficiencies, The Lot 1 value of the contract will be (estimated) £10m per annum (subject to demand) for Lot 1 and the contract duration will be for up to 5 years, i.e. £10m x 5 years = £50m estimated for Lot 1.
Value: |
56000000 |
Published: |
2023-02-04 |
Deadline: |
2023-02-14 |
|
56000000 |
2023-02-04 |
2023-02-14 |
|
Securing an Organisational Licence for great crested newts: Network Rail North West & Central Region
UK
London
Network Rail Infrastructure Ltd
Securing an Organisational Licence for great crested newts: Network Rail North West & Central Region
Value: |
100000 |
Published: |
2023-02-04 |
Deadline: |
2023-02-24 |
|
100000 |
2023-02-04 |
2023-02-24 |
|
Securing an Organisational Licence for great crested newts: Network Rail North West & Central Region
UK
London
Network Rail Infrastructure Ltd
Value: |
|
Published: |
2023-02-03 |
Deadline: |
|
|
|
2023-02-03 |
|
|
Rail Welding Services for the Glasgow Subway
UK
Glasgow
Strathclyde Partnership for Transport (Utilities)
Single Stage accelerated open procedureAccelerated Open Procedure15 days for “state of urgency duly substantiatedSection 43 utilities - (5) Where a state of urgency duly substantiated by a utility renders it impracticable to apply the minimum time limit8 year framework as permitted under the Utilities directive (Regulation 49).
Value: |
800000 |
Published: |
2023-01-28 |
Deadline: |
2023-02-17 |
|
800000 |
2023-01-28 |
2023-02-17 |
|
Rail Welding Services for the Glasgow Subway
UK
Glasgow
Strathclyde Partnership for Transport (UTILITIES)
Strathclyde Partnership for Transport (SPT) Subway are looking to appoint an eight year framework for rail welding with a break after year four with the option to extend up to a further four years.Rail welding activities covered under this scope of supply are as below:- Joining of rail by aluminothermic welding;- Joining of rail by flash butt welding;- Restoration of rail by electric arc welding; and,- Restoration of Switches and Crossings (S&C) by electric arc weldingThis scope of work is non-exhaustive and SPT reserves the right to engage for other welding service for the SPT estate over the life of the framework.
Value: |
800000 |
Published: |
2023-01-27 |
Deadline: |
2023-02-17 |
|
800000 |
2023-01-27 |
2023-02-17 |
|
The Provision of Rail Replacement Bus Services - Planned and Unplanned
UK
London
GOVIA THAMELINK RAILWAY LIMITED
GTR are looking to procure a partner to provide PSVAR (Public Service Vehicles Accessibility Regulations) compliant Rail Replacement Bus Services for both planned and unplanned requirements across the GTR network. The purpose is to run a competitive tender to gain a partner to deliver the Rail Replacement Bus Service and to ensure: - Alignment to GTR's vision/values/strategic pillars, - Robust SLAs/KPIs to drive the right behaviours - Bus tracking technology and real time management information to identify trends and efficiencies, The value of the contract will be (estimated) £10m per annum (subject to demand) for Lot 1 and the contract duration will be for up to 5 years, i.e. £10m x 5 years = £50m estimated.
Value: |
56000000 |
Published: |
2023-01-27 |
Deadline: |
2023-02-10 |
|
56000000 |
2023-01-27 |
2023-02-10 |
|
Rail Ombudsman Service
UK
London
Office of Rail and Road
Services as described above (II.1.4) for an initial period of 5 years with the option to extend for a further 5 years.
Value: |
|
Published: |
2023-01-27 |
Deadline: |
2023-03-13 |
|
|
2023-01-27 |
2023-03-13 |
|
Rail Ombudsman Service
UK
London
OFFICE OF RAIL AND ROAD
Value: |
|
Published: |
2023-01-26 |
Deadline: |
|
|
|
2023-01-26 |
|
|
The Provision of Rail Replacement Bus Services - Planned and Unplanned
UK
London
GOVIA THAMELINK RAILWAY LIMITED
Value: |
|
Published: |
2023-01-26 |
Deadline: |
|
|
|
2023-01-26 |
|
|
GCRE Static Frequency Converter (SFC) and Associated Works
UK
Neath Port Talbot
GCRE Ltd
Global Centre of Rail Excellence Ltd (GCRE) requires a suitable supplier for the design and construction of a new 33kV to 25kV, 50Hz static frequency converter (SFC) traction power supply system to be located inside the compound of the GCRE facility
Value: |
|
Published: |
2023-01-26 |
Deadline: |
2023-02-27 |
|
|
2023-01-26 |
2023-02-27 |
|
FW053 Supply of Rail
UK
Belfast
Ulsterbus
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, premium and corrosion resistant grades as approved for use on Network Rail. 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 14th February 2023. Please note: the procedure selected for this Pre-Market Engagement is not indicative of the procurement procedure to follow.
Value: |
1 |
Published: |
2023-01-25 |
Deadline: |
|
|
1 |
2023-01-25 |
|
|
FW053 Supply of Rail
UK
Belfast
Ulsterbus
Value: |
|
Published: |
2023-01-24 |
Deadline: |
|
|
|
2023-01-24 |
|
|
Selection of an Investment Partner for the Global Centre of Rail Excellence
UK
Neath Port Talbot
GCRE Ltd
GCRE Ltd (the "Company") is seeking a strategic investor to fund the Company. This is an investment and commercialisation opportunity in relation to the Global Centre of Rail Excellence ("GCRE"), a planned railway infrastructure and rolling stock testing, proving, demonstration and storage facility in South Wales, on a site of 700 hectares located within the Powys and Neath Port Talbot local authorities. GCRE is being developed by the Company, which is currently wholly owned by the Welsh Government.The strategic investor, which could be a single investor or a consortium of investors, will acquire a majority shareholding in and control of the Company (being a minimum of 51%).
Value: |
|
Published: |
2023-01-19 |
Deadline: |
2023-02-28 |
|
|
2023-01-19 |
2023-02-28 |
|
Request for information, an alternative solution for safer operation of DEPLOYING, CHANGING AND REMOVING Temporary speed restrictions on rail tracks
UK
Milton Keynes
Connected Places Catapult
Value: |
|
Published: |
2023-01-16 |
Deadline: |
|
|
|
2023-01-16 |
|
|
Tobermory Railings and Wall Works Phase 2
UK
Lochgilphead
Argyll and Bute Council
Phase 2 of the works is being undertaken to complete the seawall height extension and post and rail replacement to the length of seawall from the slipway next to Tobermory river, up to and including Fisherman’s Pier – Approximately 200m length total.The inclusion of proposed Contractor designed removable flood barrier at Fisherman’s Pier and a hinged flood gate at the narrow shore access (next to the ice cream shop) with valved drainage along the full length will complete the enhanced flood protection of the existing seawall.
Value: |
|
Published: |
2022-12-21 |
Deadline: |
2023-02-06 |
|
|
2022-12-21 |
2023-02-06 |
|
FW110 Rail Systems Professional Services Framework
UK
Belfast
Translink
Translink is establishing a Framework for the provision of rail systems professional services to support the delivery of Translink’s programme of capital and maintenance works. Suppliers may be required to undertake strategic network strategy work in relation to the Client’s rail infrastructure. This could be in relation to major network enhancements (e.g., examining new rail lines, line speed upgrades, electrification) to more bespoke work (e.g., assessing the potential of new technologies). Work Packages in this area may encompass the following (note this list is not exhaustive) Scoping, Cost management, Demand forecasting, Economics / business case analysis, Risk and value management, Feasibility Studies, Initial design, Delivery strategy, Network modelling / timetable planning, Planning / consents advice, Stakeholder analysis / engagement, Change management, Common Safety Method / Interoperability advice. 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: |
60000000 |
Published: |
2022-12-20 |
Deadline: |
2023-01-30 |
|
60000000 |
2022-12-20 |
2023-01-30 |
|
FW097 Permanent Way Contractor Framework
UK
Belfast
Translink
Translink is establishing a Framework for the provision of Permanent Way Contractor works to support the delivery of Translink’s programme of capital and maintenance works. This Framework will entail the delivery of Work Packages in relation to Permanent Way across a wide spectrum of work types and scopes. These are expected to range from standalone single-site renewals and refurbishments to large (£20m+) Permanent Way-led projects that entail multi-disciplinary design and construction and the use of disruptive blockades / possessions. The type of Work Packages that may be commissioned under the Framework will typically comprise the following: Plain line renewal and refurbishment, Switch and crossing (S+C) renewal and refurbishment, Level crossing renewal and refurbishment, User-worked crossing (UWC) renewal and refurbishment, Re-railing, Rail milling, Ballast, Drainage, Work to sidings and depots, Rail systems enhancements (e.g., construction of new permanent way assets, track dualling, passing loops, sidings extensions, line speed improvements, realignment). To support the delivery of such Work Packages, the Supplier will be required to also have the capability to undertake work to interfacing railway assets including the following: Signalling and Telecoms, Electrification and Plant (E+P), Civils and Structures. 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: |
250000000 |
Published: |
2022-12-16 |
Deadline: |
2023-01-25 |
|
250000000 |
2022-12-16 |
2023-01-25 |
|
Digital Rulebook App
UK
London
Rail Safety and Standards Board (RSSB)
Rail Safety and Standards Board (RSSB) intends to procure a contract for the Digital Rulebook App.The Rule Book App was launched to the industry as a purchasable product in 2018, whereby an organisation purchases a block of user licenses that can be redeemed by any user based on a valid organisation domain email ormanually assigned.The Rule Book App leveraged RSSB’s single source component content management system for the creation of standards and rule book content within DITA XML, allowing for content to be published and personalised acrossmultiple formats and devices. Prior to this, the Rule Book was only available in paper or PDF format published to RSSB’s website and created within desktop publishing tools i.e., Quark.The Rule Book App ensures the Rule Book and the instructions within it in are kept up to date and all workers are given easy access via their mobile device.The objective of this work is to ensure continuity of service for the significant portion of RSSB’s members and staff that rely on the Rule Book App as their primary source for rules information. It's envisaged that the contract term shall be 5 years with an option to extend based on supplier performance.
Value: |
250000 |
Published: |
2022-12-16 |
Deadline: |
2023-01-23 |
|
250000 |
2022-12-16 |
2023-01-23 |
|
P-2461 Rail Substitution Bus Services
UK
Belfast
Translink
Translink requires from time-to-time additional Bus and Coach Vehicles and drivers that will be available at times of both pre-planned and emergency disruption to railway services to cover the Northern Ireland rail network. This will be an initial 5 year contract with possible further extensions for up to 2 years. Anticipated Contract Start Date is March 2023. 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: |
980000 |
Published: |
2022-12-08 |
Deadline: |
2023-01-18 |
|
980000 |
2022-12-08 |
2023-01-18 |
|
P-2461 Rail Substitution Bus Services
UK
Belfast
Translink
Value: |
|
Published: |
2022-12-07 |
Deadline: |
|
|
|
2022-12-07 |
|
|
Access Planning Tool
UK
London
Network Rail Infrastructure Ltd
This notice is not a call for competition. Network Rail will determine the appropriate procurement route having considered the responses (if any) to this notice. The publication of this notice does not constitute any level of confirmation or commitment by Network Rail as to whether or not (or how) it will procure the provision of these services. The estimated date of publication of contract notice in II.3 is therefore entirely provisional and completed only because it is a mandatory field for this notice and is not a commitment by Network Rail to publish a contract notice or to otherwise advertise, or run, any competitive procurement process.
Value: |
|
Published: |
2022-11-25 |
Deadline: |
|
|
|
2022-11-25 |
|
|
Design Contest-Track Buckle Risk and Detection
UK
London
Network Rail Infrastructure Ltd
The onset of hot weather brings with it the risk of track buckling if high rail temperatures are combined with deficiencies within the track system (i.e., incorrect rail stress, disturbed / deficient ballast, lateral alignment faults, incorrect rail joint gaps, etc.). Ideally, all such deficiencies should be eliminated before the hot weather season starts. As air temperatures increase during periods of hot weather, rail temperatures also increase. Metals expand and contract as the temperature changes. If a length of steel rail is rigidly clamped at both ends and then heated, the metal expands and is put under compression until the force becomes too great and exceeds the track systems lateral resistance forces.A PIN was run in early 2021 to determine the levels of pre-market engagement of this challenge statement which received a strong response. Network Rail would like to invite prospective suppliers to complete Phase 1 and 2 of the Track Buckle Risk and Detection Tender we are putting out which will ask a range of Qualification, Technical and Commercial questions. The documents required to determine your decision to participate are attached in the Opportunity listing - . https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=53140To access the instruction and guidance on how to be a part of the tender please follow the below steps to access the ITT for Track Buckle Risk and Detection:1. Follow the link - https://networkrail.bravosolution.co.uk/web/login.html2. From the welcome screen, access ITT_14637 and ITT_14638Please note: The deadline for this tender is 19/12/2022 17:00pm and you must complete both Phase 1 and 2 ITT’s to be considered for this contract.
Value: |
|
Published: |
2022-11-23 |
Deadline: |
|
|
|
2022-11-23 |
|
|
Provision of Inspection and Quality Assurance Services
UK
Warrington
Sellafield Ltd
Sellafield Ltd acting as the lead for a collaborative procurement on behalf of the NDA group of organisations, including but not limited to, Dounreay Site Restoration Limited, Magnox Limited, Nuclear Waste Services (joint trading name of both Low Level Waste Repository Ltd and Radioactive Waste Management Ltd, Nuclear Transport Solutions (joint trading name of International Nuclear Services Ltd and Direct Rail Services Ltd), Sellafield Ltd (the Participating Entities). Sellafield Ltd is seeking to enter into an arrangement for the Provision of Inspection and Quality Assurance Services including but not exclusive to welding; mechanical; industrial coating; CE&I inspection and Non Destructive Testing (NDT) supported by welding and metallurgy Subject Matter Experts (SME’s).<br/><br/>The service will be provided at Participating Entity sites and the sites of suppliers from across the UK and overseas<br/><br/>In relation to the delivery of products and services from both local and overseas suppliers, provision of independent third party inspection services are required to;<br/>- comply with regulatory and legal obligations.<br/>- assure compliance with specifications and requirements; and<br/>- ensure that standards are met.<br/><br/>In the provision of the service the supplier will be required to:<br/>• Promote the client’s objectives of:<br/>- Delivering a world class programme of safe, cost-effective, accelerated and environmentally responsible decommissioning of the UK’s civil nuclear legacy in an open and transparent manner and with due regard to the socio-economic impacts on our communities;<br/>- Working within a project team based on mutual trust, co-operation and good industry practice;<br/>- Instilling a ‘right first time’ attitude on all the project team;<br/>- Commitment to incorporating good environmental practices of resource and energy efficiency, healthy buildings, plant and materials, ecologically, socially and aesthetically sensitive without compromising functionality, quality or cost performance;<br/>- Delivery of the Social Impact Strategy to create:<br/>o Resilient Economies;<br/>o Thriving Communities;<br/>o Social Value Chains;<br/>o Sustainable Incomes; and<br/>o Collective Impact.<br/>- maintain a “safety first” approach when delivering the service; and<br/>- complete a Tender Safety Assessment (TSA) questionnaire, to demonstrate that they will have the appropriate processes and procedures in place to ensure safe working, especially whilst working at nuclear sites.<br/><br/>The value stated at II.1.5.1 is for the maximum contract term of 60 months, which consists of an initial contract term of 36 months with an option for two extension periods of 12 months each.<br/><br/>The start date stated at II.2.7.3 is the contract start date for the provision of the service under the new contractual arrangement. As set out in the procurement documents the indicative date for contract award/transition commencement is 30/06/23, which will allow a period of approximately 4 months to transition to the new contractual arrangement.
Value: |
35950000 |
Published: |
2022-11-23 |
Deadline: |
2023-01-16 |
|
35950000 |
2022-11-23 |
2023-01-16 |
|
Manchester Metrolink -Tram Safety Improvement Programme (TSIP)
UK
Manchester
Transport for Greater Manchester
TfGM is seeking to procure a single contract to deliver a Tram Safety Improvement System consisting of a Driver Vigilance Device (DVD) and a Tram Overspeed Prevention System (TOPS). This could be one system that is able to deliver both functions or two separate systems.The contract itself will cover design, installation, testing and commissioning, with the provision (at TfGM's discretion) for servicing and maintenance.The requirements are driven by an RAIB recommendations report with the requirements to be addressed by all UK Tram / Light Rail Networks.The purpose of the TOPS is to satisfy the requirements of RAIB recommendation 3, extract provided below:“The intent of this recommendation is to prevent serious accidents due to excessive speed at high risk locations on tramways. These locations are likely to include all locations where a substantial speed reduction is required by trams approaching at relatively high speed…”The purpose of the DVD is to satisfy the requirements of RAIB recommendation 4, extract provided below:“The intent of this recommendation is to reduce the likelihood of serious accidents due to tram drivers becoming inattentive because of fatigue or other effects. Existing tram systems relying on drivers applying forces to driving controls (driver safety devices) do not necessarily detect an inattentive driver.Following SQ response TfGM intend to issue ITN documentation by 04/01/23 with responses required by 31/01/23- full detail is provided within the outline procurement table within the SQ document.“Further details are set out in the SQ document and draft Contract documentation made available at the time of issue of this Contract Notice”.
Value: |
10000000 |
Published: |
2022-11-15 |
Deadline: |
2022-12-15 |
|
10000000 |
2022-11-15 |
2022-12-15 |
|
TfL Revenue Collection Services - Project Proteus 24412 - Call for CompetitionTfL Revenue Collection Services - Project Proteus 24412 - Call for Competition
UK
LONDON
Transport Trading Limited
The Transport for London's (TfL's) ability to collect fares revenue is fundamental to its achieving and maintaining financial sustainability. Critical to achieving this objective is to ensure we are effectively collecting the revenue by ensuring the revenue collection system and services are available and reliable. The Proteus Contract will ensure that operating costs are efficient, economic, and sustainable; and deliver value for money and support the delivery of the TfL change and innovation programme. The revenue collection system (the System) supports the Mayor's Transport Strategy objective of making better use of technology to improve the public transport experience, by providing simple and effective payment options to customers. TfL, through TTL, owns and has made significant investments in the System. The contractor under the Proteus Contract will be required to take over the system and become responsible for its maintenance, operation, development, enhancement and expansion in order to and deliver excellent customer experience and respond to business needs. The System supports legacy magnetic stripe tickets, Oyster (the TfL closed-loop, proprietary smart card system), contactless payment cards and ITSO (the UK national smart card specification). Currently the System incorporates:• c. 8,500 buses;• c. 1,000 London Underground, Overground, DLR and National Rail stations;• c. 4,000 Oyster Ticket Stops; and• 7 TfL Visitor Centres.Customers can travel seamlessly between different modes of transport using smart cards, magnetic tickets or contactless. Oyster Pay As You Go (PAYG) balances can be topped-up and tickets purchased conveniently either via ticket machines in stations, at Oyster Ticket Stops, or via digital channels (web and app). The IRC System's back office collects all transactions securely ensuring best-value charges are applied for PAYG travel and are presented to customers in a transparent manner. The main ticketing products are:• PAYG on Oyster and contactless. Customers are charged for each journey made and benefit from daily and weekly capping;• season tickets on Oyster. These comprise bus and tram season tickets and Travelcard season tickets which are valid on buses and all rail services within the zones purchased; and• Singles and Day Travelcards, which are issued on magnetic ticket stock. Prior to the COVID-19 pandemic, each year the System supported around 4 billion journeys comprising:• 2.2 billion bus journeys;• 1.4 billion Tube journeys;• 0.3 billion journeys on TfL Rail and London Overground; • 0.1 billion journeys on DLR;• PAYG travel on Tram and River services and the London Cable Car (around 0.03bn journeys combined); and• approximately 0.5 billion journeys on National Rail services in London.At the date of this notice, usage trends across the System have been affected by COVID-19, although we anticipate that demand will have returned to pre-pandemic levels prior to completion of the transition to full-service delivery under the Proteus Contract in Aug 2026.The System comprises of five main elements:• Front Office Assets: Broadly ticket gates, retail, and validation devices used by customers to purchase and validate travel products and access the transport network as well as associated network equipment to transmit data. In addition, the revenue inspection devices.• Data Landing: A collection of IT equipment that passes data bi-directionally between the front office assets and the back office.• Back Office: A collection of IT equipment that manages the various smart card transactions, customer accounts, billing, and settlement processes. This is split into Oyster, contactless and ITSO systems. The contractor under the Proteus Contract will be, responsible for all Oyster and ITSO system support and Levels 1 and 2 for contact
Value: |
1500000000 |
Published: |
2022-11-15 |
Deadline: |
2023-01-27 |
|
1500000000 |
2022-11-15 |
2023-01-27 |
|
Transport Out of Home Advertising at Managed Stations, Roadside, Bridges and onTrains
UK
Rhondda Cynon Taf
Transport for Wales Rail Limited (Utility Buyer)
1.1 Transport for Wales has possession and control of space at both its stations and on land adjacent to tracks, roads, bridges, and railway stations which is or may in due course be available as out of home (OOH) advertising space. Transport for Wales is seeking to establish an exclusive Concession Agreement with a suitable media owner or similar organisation to manage, promote and exploit its transport advertising space.The Seller (Concessionaire) will provide Transport advertising to cover the following areas;Transport Out of Home Advertising at Managed Stations, Roadside and BridgesOut of Home (OOH) on Station,Roadside and Rail BridgesLand and BuildingsInterchangesTransport Experiential Marketing and Promotion at Managed StationsExperiential
Value: |
|
Published: |
2022-11-14 |
Deadline: |
2022-12-21 |
|
|
2022-11-14 |
2022-12-21 |
|
Roadshow Haulage
UK
London.
Science Museum Group
In 2024 the National Railway Museum will deliver a roadshow across Great Britain as part of our Vision 2025 strategy.We want to take a high profile steam locomotive from our National Collection into the middle of cities as part of a Vision 2025 roadshow. The locomotive will be accompanied by a visitor experience (in 2 x 40ft containers), a storage container (in 1 x 30ft container) and a pop up shop (in 1 x 30ft container) as well as family learning activities, and information about careers in rail and engineering.We are looking for a transportation company to work closely with us in the planning and delivery of this tour, ensuring the set up, public access days, take down and moves for each location are delivered with a clear plan and executed successfully.We do not yet know which cities will be on the tour. We will create a brief together, which includes all the technical, security, and commercial requirements for cities to check whether they are able to deliver the requirements.
Value: |
350000 |
Published: |
2022-11-09 |
Deadline: |
2022-12-08 |
|
350000 |
2022-11-09 |
2022-12-08 |
|
Provision of PPE, Consumables and Janitorial Supplies to the Bus and Rail Industry
UK
LONDON
FIRSTGROUP HOLDINGS LIMITED
Value: |
|
Published: |
2022-11-03 |
Deadline: |
|
|
|
2022-11-03 |
|
|
Pre Market Engagement - FW110 Rail Systems Professional Services
UK
Belfast
Translink
NOTE THIS CFT IS NOT A CALL FOR TENDER. PLEASE ENSURE YOU DOWNLOAD AND READ THE PRE TENDER MARKET ENGAGEMENT QUESTIONNARE AND COVER LETTER 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 14th NOVEMBER 2022. Please note: the procedure selected for this Pre-Market Engagement is not indicative of the procurement procedure to follow.
Value: |
40000000 |
Published: |
2022-11-02 |
Deadline: |
2022-11-14 |
|
40000000 |
2022-11-02 |
2022-11-14 |
|
FW110 Rail Systems Professional Services
UK
Belfast
Translink
Value: |
|
Published: |
2022-11-01 |
Deadline: |
|
|
|
2022-11-01 |
|
|
Pre Market Engagement - FW110 Rail Systems Professional Services
UK
Belfast
Translink
Value: |
|
Published: |
2022-11-01 |
Deadline: |
|
|
|
2022-11-01 |
|
|
TrawsCymru Bus Operations T1 Service
UK
Pontypridd
Transport for Wales
Transport for Wales (TfW) is carrying out a procurement advertised in the FTS via Sell2Wales, under the Open Procedure of the Public Contracts Regulations 2015 to procure TrawsCymru Bus Operations – T1 Service. The T1 contract operates between Aberystwyth and Carmarthen and as part of this new opportunity we will be enhancing the service to include operation by high quality zero emission vehicles provided as part of the contract as well as a base in Carmarthen for driver layovers & vehicle cleaning and charging. Alongside this we will continue to support the integration of bus/rail ticketing as well as invest in marketing & promotion of the service and the opportunities it offers alongside providing a comprehensive driver training programme.
Value: |
|
Published: |
2022-10-31 |
Deadline: |
2022-11-28 |
|
|
2022-10-31 |
2022-11-28 |
|
Workplace Drug and Alcohol testing On Network Rail sites - Random and For Cause testing
UK
London
Network Rail Infrastructure Ltd
Value: |
|
Published: |
2022-10-28 |
Deadline: |
|
|
|
2022-10-28 |
|
|
High Speed Two (HS2) Ltd, Phase 2a: Surplus Excavated Material
UK
Birmingham
HS2
Please read the following important notices before registering an interest:
1) This PIN is not a call for competition and is not published with the intention of reducing any time-limits for the receipt of tenders. This PIN is issued solely for the purpose of exploring whether there are interested organisations with a suitable site or scheme. The PIN does not constitute any commitment by HS2 to undertake any public procurement exercise.
2) Section II.1.3) Type of contract – HS2 Ltd has not yet determined the nature of any arrangement to be entered into for the beneficial re-use of the surplus excavated material. Any arrangement may not be a contract to which the Utilities Contracts Regulations 2016 or the Concession Contracts Regulations 2016 apply.
3) Section II.1.5) Estimated total value – HS2 Ltd’s current budget assumes transport costs for the surplus excavated material to be removed from site but that the material can be put to beneficial re-use and therefore that the material may have a value rather than be subject to disposal costs and taxes.
4) Section II.1.6) Information about lots – HS2 Ltd is willing to explore sites/schemes at different locations but its preference is for one site/scheme to take all the available material to minimise environmental impact and logistics.
5) Section II.2.3) Place of performance – the material will arise from works to be undertaken along the Phase 2a route but is likely to be made available primarily at Yarnfield Lane in Stone. HS2 Ltd wishes to mitigate the environmental and economic impact of transportation. Accordingly, HS2 Ltd is particularly interested in opportunities in close proximity to or easily accessible from the Yarnfield Lane area.
6) Section II.3) Estimated date of publication of contract notice – HS2 Ltd does not commit to undertake any public procurement exercise. The date given in section II.3 is HS2 Ltd’s estimated earliest date from when the material may be available.
7) HS2 Phase Two is being delivered in 2 stages: HS2 Phase 2a (West Midlands to Crewe) and HS2 Phase 2b (Crewe to Manchester, and the West Midlands to Leeds). The Phase 2a route is authorised by virtue of the High Speed Rail (West Midlands – Crewe) Act 2021 that secured Royal Assent on 11 February 2021.
8) HS2 Ltd reserves the right not to commence any procurement process or award any contract/s in respect of the arrangements/services referred to this PIN and to amend the requirements stated in this PIN.
9) Publication of this PIN is part of the normal HS2 Ltd due diligence process on its options, and the publication of this PIN does not indicate that a decision has been made on a particular route for a procurement and/or subsequent contract award, if any.
10) Interested parties will not be prejudiced by any response to this PIN. Nor shall a response to this PIN guarantee an invitation to participate in any future procurement process that HS2 Ltd may conduct.
11) Registration does not bind HS2 Ltd to include any party/economic operator in this exercise;
12) HS2 Ltd is not obliged to communicate with any parties/economic operators that register after the deadline for registration has passed.
13) HS2 Ltd is not obliged to respond to any correspondence on this notice or any matter related to this pre-procurement exercise and the decision to accept the registration of any interested party/ economic operator, and subsequent inclusion in any engagement process shall remain with HS2 Ltd alone.
10) Given the early stage of the project, and the anticipated impact of this exercise and other internal processes, any information provided about Phase 2a to the market shall be subject to change and HS2 Ltd (insofar as it is permitted by law) shall not be liable for any losses incurred by any party/economic operator as a result of reliance on such information.
12) HS2 Ltd is not obliged to communicate with any parties/economic operators that complete the supplier questionnaire.
Value: |
|
Published: |
2022-10-27 |
Deadline: |
|
|
|
2022-10-27 |
|
|
T1308 - Enhanced metallurgical understanding of rolling contact damage in wheel/rail steel
UK
London
Rail Safety and Standards Board
T1308 Enhanced metallurgical understanding of rolling contact damage in wheel/rail steel
Value: |
70000 |
Published: |
2022-10-26 |
Deadline: |
2022-12-02 |
|
70000 |
2022-10-26 |
2022-12-02 |
|
https://wmca.bravosolution.co.uk/web/login.html
UK
Birmingham
West Midlands Combined Authority
The vision for this project is “To define and test Mobility Hubs, based on citizen-centric needs, to determine what contribution they can make to building a better connected, more prosperous, fairer, greener and healthier region”. The project is the second phase of the West Midlands Mobility Hub Programme. With this programme, Transport for West Midlands (TfWM) will be among the first UK regions to deploy a large network of mobility hubs.TfWM will introduce hubs on the transport network (including rail and bus stations), local centres, and within residential developments. At these locations, hubs will:• Introduce a physical platform for the introduction of sustainable travel options.• Co-locate sustainable travel options to provide users with an integrated experience.• Provide wider community services to help people to live locally.TfWM are seeking a partner (Supplier) to design, supply, install, deliver the required infrastructure. The Supplier will work collaboratively with TfWM and the constituent authorities of the West Midlands Combined Authority (WMCA). Together, we will use our prototype design and the core requirements set out in this specification to develop a cost-effective, street-ready, high-quality, and user-centred mobility hub product for the region.By April 2023, we require the Supplier to design, supply, install and deliver three mobility hubs in 2023. TfWM will use these three hubs during a DfT-funded pilot in Halesowen. Following this, there is the potential that TfWM will install up to 40 mobility hubs across the region by 2027. TfWM aims to work with the Supplier appointed through this procurement process on both phases of the programme. This wider deployment is subject to quality delivery during the pilot project, and business case approval.
Value: |
5000000 |
Published: |
2022-10-25 |
Deadline: |
2022-11-25 |
|
5000000 |
2022-10-25 |
2022-11-25 |