Tender

Stations Wayfinding Signage

  • NETWORK RAIL INFRASTRUCTURE LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-025271

Procurement identifier (OCID): ocds-h6vhtk-051f1c

Published 22 May 2025, 4:38pm



Scope

Reference

Project_41912

Description

Network Rail is committed to improving the built quality of its stations, premises and built infrastructure across the UK, principally through the early project adoption of clear quality guidelines illustrating best practice principles and providing benchmarked standards of good design. Networks Rail's goal beyond this is to establish a legible and consistent NR design identity through standardised elements, materials, detailing and graphic language.

Network Rail requires a Provider to provide comprehensive Wayfinding & Signage Design & Supply Services under a contract to ensure consistency, accessibility, and safety across the network. The services provided under this contract will support the efficient navigation of all station users, including passengers, staff, and other stakeholders, in line with the Network Rail Wayfinding Guidance Manual NR/GN/CIV/300/01 and Network Rail Assurance Wayfinding process NR/L2/CIV/150.

The scope for this piece of work, which has been agreed with the project team, is:

1. Signage Design

a) Design of all types of signage including but not limited to directional signs, information signs, safety signs, and regulatory signs.

b) Compliance with Network Rail or Great British Railways branding and accessibility guidelines in accordance with the following standards: NR/L2/CIV/150 and NR/GN/CIV/300/01.

c) Consideration of sustainability and environmental factors, ensuring materials and designs are durable, recyclable and generally suitable for the relevant location.

d) Design compliant integration of digital and interactive signage where applicable.

2. Signage Supply & Installation

a) Procurement and supply of signage materials in accordance with the agreed designs.

b) Coordination of installation services, ensuring minimal disruption to operational activities.

c) Rigid adherence to compliant to UK H&S legislation and NR H&S policy during the installation process.

d) Quality assurance and post-installation checks to ensure correct placement and functionality.

3. Maintenance and Updates

a) Provision of ongoing repair services.

b) Regular audits and updates to reflect any changes in the environment or operational requirements.

c) Responsiveness to ad-hoc requests for signage updates or replacements.

4. Compliance & Quality Assurance

a) Ensuring all signage complies with NR/L2/CIV/150 and NR/GN/CIV/300/01, as well as other relevant legal and regulatory standards.

b) Regular review and reporting on compliance with Network Rail's wayfinding and signage policies.

c) Implementation of quality control processes to ensure the highest standards of design, supply, and installation.

d) Adherence to all Health & Safety requirements for personnel involved in the design, fabrication and installation of signage and wayfinding systems for Network Rail.

Total value (estimated)

  • £4,500,000 excluding VAT
  • £5,400,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 August 2025 to 31 July 2029
  • Possible extension to 31 July 2030
  • 5 years

Description of possible extension:

12month optional extension

Main procurement category

Goods

CPV classifications

  • 34928470 - Signage

Contract locations

  • UK - United Kingdom

Participation

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

12 June 2025, 5:00pm

Tender submission deadline

23 June 2025, 12:00pm

Submission address and any special instructions

Request to tender must be submitted via https://networkrail.bravosolution.co.uk/web/login.html

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

10 July 2025

Recurring procurement

Publication date of next tender notice (estimated): 30 January 2029


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Commercial Price 40%
Technical Capability Quality 24%
Technical & Methodology Quality 18%
Sustainability and Safety Quality 9%
. Economic Prosperity & Equal Opportunity Quality 9%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Special regime

Utilities


Contracting authority

NETWORK RAIL INFRASTRUCTURE LIMITED

  • Public Procurement Organisation Number: PNZN-9524-VCQJ

Waterloo General Office

London

SE1 8SW

United Kingdom

Contact name: Theodora Bampatsia

Telephone: +447354532049

Email: theodora.bampatsia@networkrail.co.uk

Website: https://www.networkrail.co.uk/

Region: UKI45 - Lambeth

Organisation type: Public authority - central government