Tender

Supply of Data Loggers

  • NETWORK RAIL INFRASTRUCTURE LIMITED

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

Notice identifier: 2025/S 000-054433

Procurement identifier (OCID): ocds-h6vhtk-05954f

Published 5 September 2025, 5:04pm



Scope

Reference

project_43686

Description

Network Rail plans to establish a multi-supplier framework agreement for the provision of Data Loggers, Ancillary Equipment, and Associated Services (DLAE&AS). This agreement covers the supply of commercial off-the-shelf (COTS) data logging hardware, ancillary equipment necessary for the installation and operation of data loggers, and relevant services.

Suppliers will be expected to:

• Supply data logging hardware and ancillary equipment that meets Network Rail's product specification, including:

○ Capable of monitoring various railway infrastructure assets

○ Compatible with Network Rail's RADAR platform

○ Compliant with all relevant standards and specifications

○ Achieve Network Rail Product Acceptance

• Provide relevant services, including but not limited to product lifecycle management, security, hardware and firmware updates, repair, and technical support.

• Provide adaptable delivery options and comprehensive warranty solutions.

• Collaborate with Network Rail and other suppliers, where required, to proactively drive ongoing efficiency, performance, product improvements, and innovation, in alignment with Network Rail's future ambitions. This includes, but is not limited to, mitigating technology lock-in and enabling the integration and standardisation of best-in-class solutions through change control, where appropriate.

Out of scope:

Analysis of data obtained from data logging hardware.

Event monitoring data loggers.

Commercial tool

Establishes a framework

Total value (estimated)

  • £55,700,000 excluding VAT
  • £66,840,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 July 2026 to 30 June 2030
  • Possible extension to 30 June 2034
  • 8 years

Description of possible extension:

The minimum term is four (4) years, with the option to extend for a further four (4) years, up to a total maximum duration of eight (8) years.

There is a strong likelihood that the relevant goods and services will continue to be required beyond the expiry of the framework, subject to advancements in technology.

Options

The right to additional purchases while the contract is valid.

The framework includes an option to run further competitions in the call-off stage, through which new but related goods and services may be procured.

Main procurement category

Goods

CPV classifications

  • 38430000 - Detection and analysis apparatus
  • 38540000 - Machines and apparatus for testing and measuring
  • 71631400 - Technical inspection services of engineering structures
  • 31710000 - Electronic equipment
  • 31644000 - Miscellaneous data recorders
  • 31700000 - Electronic, electromechanical and electrotechnical supplies
  • 32260000 - Data-transmission equipment
  • 38300000 - Measuring instruments
  • 32500000 - Telecommunications equipment and supplies
  • 32580000 - Data equipment
  • 32581000 - Data-communications equipment
  • 32582000 - Data carriers
  • 32584000 - Data-bearing media
  • 35125100 - Sensors
  • 38343000 - Error-monitoring equipment
  • 38424000 - Measuring and control equipment
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 48614000 - Data-acquisition system
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50412000 - Repair and maintenance services of testing apparatus
  • 71630000 - Technical inspection and testing services
  • 71700000 - Monitoring and control services
  • 72300000 - Data services

Contract locations

  • UK - United Kingdom

Framework

Maximum number of suppliers

5

Maximum percentage fee charged to suppliers

0%

Further information about fees

n/a

Justification for framework term over 8 years

n/a

Framework operation description

Prices listed in the Rate Card, which will be agreed during the tender process, will be set at the start of the framework. These framework-level prices represent maximum rates and must not be exceeded. However, successful suppliers may offer lower pricing to secure orders throughout the duration of the framework. Objective and transparent criteria for all call-offs will be defined in Schedule 6: Process for Issuing Contract Orders.

There will be two mechanisms for calling off from the framework:

(1) Direct Award - for orders that do not exceed the relevant procurement threshold.

(2) Further Competition - for orders that exceed the procurement threshold and/or for new requirements.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

Detailed conditions of participation will be set out in the Instructions to Participants document, which will be issued alongside the Procurement Specific Questionnaire (PSQ) and made available via the Network Rail Sourcing Platform (Bravo).

Candidates must confirm they have the legal capacity to perform the contract under the laws of England and Wales, are registered on the Central Digital Platform (CDP), and are not subject to mandatory exclusion grounds or listed on the debarment list.

All entities who are relied upon to meet the criteria are required to provide their own up-to-date core information on the Central Digital Platform (CDP).

Candidates must demonstrate that they have the financial capacity to perform the contract by meeting the following minimum requirements:

• Completion of the Network Rail Financial and Economic Standing Model and achieving a pass score in accordance with the model's criteria.

• Confirm ability to obtain required insurances.

• Confirm ability to meet other conditions of participation related but not limited to legal capacity, GDPR, prompt payment, carbon reduction, environmental management, and tackling modern slavery.

Please refer to the Instructions to Participants for full details.

Technical ability conditions of participation

Detailed conditions of participation will be set out in the Instructions to Participants document, which will be issued alongside the Procurement Specific Questionnaire (PSQ) and made available via the Network Rail Sourcing Platform (Bravo).

Candidates must demonstrate the following technical capabilities to participate in this procurement in accordance with the Procurement Act 2023 including, but not limited to:

• Relevant Experience and Competence

• Technical Capability

• Quality Control and Assurance

• Health & Safety

• Information Security

• Social Value

Please refer to the Instructions to Participants for full details.

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

26 September 2025, 2:00pm

Submission type

Requests to participate

Deadline for requests to participate

3 October 2025, 2:00pm

Submission address and any special instructions

Subject to any unforeseen circumstances, the Procurement Specific Questionnaire (PSQ) will be released on 8th September 2025 via Network Rail's Bravo Platform, under the Current Opportunities listing.

Submissions must be made via Bravo Platfrom: (https://networkrail.bravosolution.co.uk/web/login.html)

Please ensure you are registered and have an active account.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

2 to 10 suppliers

Selection criteria:

(1) Network Rail is using a Procurement Specific Questionnaire (PSQ) which sets out its conditions of participation for this Procurement. Participants must satisfy the conditions of participation in order to progress to the next stage of this Procurement.

(2) The PSQ will be available via the Bravo Portal. The PSQ has been divided into two envelopes qualification and technical.

(3) The assessment and shortlisting Process (PSQ) will involve an evaluation and a moderation process resulting in an agreed score which will be weighted according to the designated weight of the question.

(4) Participants who have successfully achieved a pass for all pass/fail questions, will have their PSQ responses ranked by reference to their total weighted score identified through the assessment process, with the highest ranked PSQ response being ranked in first place.

(5) It is Network Rail's intention to shortlist ten (10) Participants, with the highest-ranked scores progressing to the tender stage.

More detailed information is provided in the Instructions to Participants document.

Award decision date (estimated)

20 April 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Technical Envelope

A high-level summary of the Technical Envelope themes is outlined below. The Technical Envelope will consist of sub-sections, each carrying a percentage weighting.

Technical Envelope themes:

(1) Product...

Quality 70%
Commercial Envelope

A pricing document containing scenarios for a weighted basket of goods and services will be provided. Responses will be evaluated on a proportional versus best-value basis.

Further information will be...

Cost 30%

Other information

Payment terms

• Network Rail will pay valid, undisputed invoices within 28 days of receipt.

• Supplier must flow down prompt payment terms (28 days) to its supply chain.

Please refer to the Procurement Documents for full details.

Description of risks to contract performance

These are risks that Network Rail considers could impact the satisfactory performance of the contract. Due to their nature, they may not be capable of being addressed within the awarded contract and may therefore require subsequent modification under paragraph 5 of Schedule 8 of the Procurement Act 2023.

(1) Organisational changes such as the transition to Great British Railways (GBR), or other initiatives may require changes to the legal entity - potentially necessitating contract novation - as well as adjustments to strategy, priorities, processes, and standards.

(2) The transition to Great British Railways (GBR), along with other changes driven by government policies and strategies - such as the Wireless Infrastructure Strategy mandating a shift to 4G and 5G or other initiatives- may lead to changes in demand for data logging devices, potentially leading to increase of the overall value of the framework.

(3) Currently, Network Rail engineers are installing data loggers on railway infrastructure; this approach may change in the future resulting in the additional requirements. The parties, acting reasonably, will agree the relevant modifications of the Contract.

(4) Technological advancements may necessitate updates to the Contract, Standards and Specification Documents to reflect emerging requirements.

(5) Advances in technology, regulatory changes, OEM requirements, new data platforms, security threats, and component shortages may drive changes in requirements and data monitoring.

(6) Changes to railway operations standards, safety, cyber/data protection or environmental standards, ORR/Group Standards, NR Security Assurance Framework/Vetting, or Procurement transparency requirements could impose new obligations.

(7) In the future, end users may require standardised hardware for easier supplier interchange and deployment across the Rail Network. The parties, acting reasonably, will agree the relevant modifications of the Contract.

(8) The KPIs and supplier performance processes may need updating during the term of the Contract to ensure their relevance and effectiveness.

(9) Due to change in policies, standards, technology and emerging cyber threats and other unforeseen events Network Rail may ask the Supplier to make changes to firmware and software systems the Supplier operates and uses, to protect the integrity and safety of the data.

(10) Due to the volatility of the international economic global economy including (but not limited to) the trade tariffs imposed by the United States and China in 2025, there is a risk that the supply chain of goods including electronic parts and manufactured devices into the United Kingdom could be affected resulting in scarcity of supply and additional or increased costs for the goods.

Should this risk materialise, the Supplier must provide clear and compelling evidence to Network Rail demonstrating a significant and material impact of global economic conditions on the supply chain and the associated costs of goods required under the Contract, as specified in the Specification.

Network Rail will, acting reasonably, assess the evidence provided and determine whether it is satisfied that the criteria for a Contract modification have been met.

Applicable trade agreements

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

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

Network Rail are following the Competitive Flexible Procedure in adherence with the Procurement Act 2023. The procedure will encompass the following stages:

The Tender Notice will commence the start of the first selection stage of the procurement process by inviting Suppliers to complete the Procurement Specific Questionnaire (PSQ) in which Network Rail will assess the Suppliers' capability, capacity, and eligibility to deliver the contract. This process will lead to down selection of the top ten (10) participants who will qualify to the tender stage.

The tender stage will be published next. The tender documents, explaining each step, will be provided to the participants selected as the result of the PSQ process. In the tender stage, participants will be required to provide their responses to the qualification, technical and commercial envelopes. Participants will be then down selected to the top five (5) based on the highest overall tender scores, combining both technical and commercial evaluations. The top five participants will be awarded a place on the framework.

Network Rail reserves the right to make changes and issue updated versions of the documents to suppliers, to reflect the relevant stage of the Competitive Flexible Procedure, any changes to the procurement process, or to incorporate new information as it becomes available.

Reason for not publishing a Preliminary Market Engagement Notice:

Preliminary market engagement has already been undertaken, and PIN 2023/S 000-019065 was published to engage with the supply chain. Therefore, a separate Preliminary Market Engagement Notice has not been issued.


Documents

Documents to be provided after the tender notice

Network Rail will issue a Procurement Specific Questionnaire (PSQ), which must be completed by suppliers wishing to participate in this tender opportunity. The PSQ will be available via the Bravo portal at https://networkrail.bravosolution.co.uk/web/login.html and can be found in Current Opportunities.

Please note that to access the PSQ and be considered for this opportunity, you must be registered on the Network Rail Sourcing Platform: https://networkrail.bravosolution.co.uk/

Alongside the PSQ, Network Rail will issue supporting documentation related to this procurement, including:

(1) Instructions to Participants

(2) Statement of Requirements

(3) Technical specifications (Appendix 1 - 4)

(4) Contractual documentation and associated documents

For further details, please access the PSQ documentation.

The provided documents and specifications reference Network Rail standards. If you do not have access to Network Rail's Standards Portal, please request access here: https://forms.office.com/pages/responsepage.aspx?id=4cMswn9dTU--A9WhWMyUCfKSnCkX1KRNrISwnYEIcuFUQUpRNVlaUzdQTzRFMDRVNEQ1TTVHRTExUy4u

All new documents and updates will be published via Bravo Platform throughout the event. Where a stage is in progress, a message shall be sent to all particpants within the stage to inform them.


Contracting authority

NETWORK RAIL INFRASTRUCTURE LIMITED

  • Public Procurement Organisation Number: PNZN-9524-VCQJ

Waterloo General Office

London

SE1 8SW

United Kingdom

Contact name: Aggie Kozlowska

Telephone: +447849572198

Email: aggie.kozlowska@networkrail.co.uk

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

Region: UKI45 - Lambeth

Organisation type: Public authority - central government