Infrastructure Monitoring Core Service
A Addendum Notice
by NETWORK RAIL INFRASTRUCTURE LIMITED
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 8 year
- Value
- £2B
- Sector
- TRANSPORT
- Published
- 29 Aug 2025
- Delivery
- 01 Apr 2027 to 31 Mar 2035
- Deadline
- n/a
Concepts
Location
United Kingdom:
1 buyer
- Network Rail Infrastructure London
Description
Network Rail (“the Authority”) is procuring an end to end Infrastructure Monitoring (IM) solution to replace its life expired dedicated IM fleet and assure the safe, reliable and efficient operation of the Great Britain rail network. The supplier will provide, operate and maintain the assets, systems and services necessary to capture, process, assure and deliver all required IM data streams to Network Rail’s Enterprise Data Platform, in accordance with relevant Measurement Standards and IM Data Specifications, so that the Authority receives the right data, in full and on time, for use by end customers across Regions and Routes. The solution may combine dedicated IM rolling stock, in service monitoring (on timetabled passenger or freight services) and, where appropriate on a cost–benefit basis, non train borne methods (e.g., Road-Rail Vehicle (RRV)), provided all applicable law, policy and standards are met. The supplier will act as Entity in Charge of Maintenance (ECM), manage obsolescence, ensure approvals for operation on the British network, and deliver services against a jointly maintained Joint Operating Plan. Network Rail will not purchase or own the solution assets. Core scope of services and outputs • Data capture & delivery: Provision of 18 IM data streams to the Authority’s defined structures/formats (open, non proprietary) and timelines, including urgent reporting for safety critical findings. Data assurance (including ISO 8000 aligned data quality regime), secure handling/retention, and transmission (default use of Network Rail telecoms where suitable) are in scope. • Operations: Plan, crew and run IM activities in accordance with the Joint Operating Plan (dedicated paths arranged by Network Rail; in service paths orchestrated by the supplier with the relevant TOC/FOC). The solution must minimise non recording mileage and timetable capacity consumption (e.g., by operating closer to line speed) and be resilient to disruption (e.g., recovery runs to protect maximum measurement intervals). • Maintenance & reliability: Provide serviceable, compliant, calibrated assets/systems designed for reliability, maintainability and ease of operation; hold/maintain necessary licenses/approvals (including ORR requirements) and product acceptance; manage spares, calibration, and certification. • Continuous improvement & innovation: Deliver ongoing efficiency/performance improvements and proactively stimulate market innovation against Network Rail’s future ambitions, using open architectures that mitigate vendor/technology lock in and enable integration of best of breed systems via change control where approved. • Performance management: Meet a KPI regime covering service reliability, on time delivery, completion rate, data compliance, data quality, user satisfaction, continuous improvement, innovation, social value, safety, and environment/sustainability. • Mobilisation & transition: Mobilise new solution per tendered plan; as capabilities enter service, Network Rail will decommission the current IM fleet. Supplier support may be requested for advice during transition. Minimum data streams in scope • Rail flaw detection. • Rail depth. • Rail surface crack. • Rail profile (wear). • Track bed condition (e.g., ballast depth/fouling). • Structure gauging. • Platform gauging. • Track intervals (six foot gauging). • Ballast profile. • Track geometry. • Track imagery (shoulder to shoulder). • Automated track inspection. • Static OLE geometry. • OLE contact wire wear. • Conductor rail geometry. • Conductor rail wear. • Forward facing imagery. • Communications networks signal strength (e.g., GSM R, public mobile). Standards, compliance and constraints Data streams must meet the relevant Measurement Standards and Data Specifications (e.g., NR/L2/TRK series, NR/L2/ELP/27325, NR/L2/TRK/3204, NR/L2/TRK/038, etc.), with delivery frequencies adhering to nominal and maximum intervals defined per track section in the Baseline Coverage Requirements. The solution must comply with applicable law and Railway Group Standards, data protection/security requirements, and environmental/sustainability obligations; emissions reduction (e.g., electric where feasible, electro diesel where necessary) is expected. Out of scope Analysis of data beyond the IM Data Specifications, and the operation, maintenance and disposal of the existing IM fleet.
Renewal Options
The contract will have an initial term of eight (8) years, with two optional extensions of four (4) years each, allowing for a maximum total duration of sixteen (16) years, plus an additional two (2) years of termination assistance if required.
Award Criteria
Technical Envelope | Technical Evaluation Criteria The high level summary of the tender stage is as follows; the evaluation of each bidder’s proposal will focus on the following aspects: Compliance with Technical Requirements Assessment of whether the proposed solution meets the specified technical requirements, including: • Delivery of the required data outputs. • Gauging and compatibility of assets with the British railway network. Operational Delivery Plan Evaluation of the bidder’s plan for operating the solution to fulfil service requirements, including: • An indicative schedule showing when and where services will be operated to meet coverage requirements. • Measures to ensure resilience to disruption, enabling continued delivery of required outputs. Service Introduction Plan Review of the bidder’s approach to bringing the solution into service, including: • The method for generating evidence to support acceptance and approvals. • Timelines for when the solution will enter into service. Innovation, Continuous Improvement and Strategic Alignment Evaluation of how the bidder will contribute to the advancement and ongoing enhancement of infrastructure monitoring, including: • Proactive stimulation of research and development into new approaches and solutions. • Support for the maturation of emerging technologies to enable adoption by Network Rail. • Initiatives to drive continuous improvement in the performance of the IM service. Social Value • Alignment with Network Rail’s corporate strategy, including specific actions to deliver social value, promote environmental sustainability, and operate responsibly. Further information shall be provided at the Tender Stage to shortlisted participants. |
Commercial Model | The high level summary of the commercial envelope is as follow; the envelope will be scored using a Proportional vs Best approach. Final Submission Opportunity After evaluation of the final tender submissions, you will have a further opportunity to refine your commercial bid. You will be notified of your score and will be invited to optionally provide a revised bid within the following parameters: • a 15 minute window will be provided in which you can update your bid as many times as you wish (there will be no extension to this time and the window will close after 15 minutes from the time it opens). • your revised bid cannot change by more than 10% of your commercial envelope submission. • any revision to your bid must have no impact on your technical submission which remains as was prior to any revision of your commercial submission. Further information shall be provided at the Tender Stage to shortlisted participants. |
CPV Codes
- 71631470 - Railway-track inspection services
- 50225000 - Railway-track maintenance services
- 34620000 - Rolling stock
- 34621000 - Railway maintenance or service vehicles, and railway freight wagons
- 34611000 - Locomotives
- 50220000 - Repair, maintenance and associated services related to railways and other equipment
- 72222300 - Information technology services
- 71700000 - Monitoring and control services
- 35613000 - Unmanned aerial vehicles
- 71355000 - Surveying services
- 72228000 - Hardware integration consultancy services
- 72225000 - System quality assurance assessment and review services
Indicators
- An E-Auction may be used.
- Options are available.
- Renewals are available.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. **
Reference
- ocds-h6vhtk-050f71
- FTS 052460-2025