Scope
Description
The successful supplier(s) will be responsible for the implementation, operation, and ongoing support of a Training Learner System to serve approximately 120,000 users, including 43,000 internal and 80,000 external users. This new platform will replace the existing learning systems and will introduce enhanced capabilities to support the organisation and the wider rail industry.
The platform must deliver for both internal and external stakeholders, ensuring seamless learning experiences at scale. Additionally, the solution must support a content library accessible to 5,000 users and provide monetisation options for industry partners.
Key deliverables include:
• Deployment of a learning system within NR's IT environment, ensuring security and scalability. We understand that the market has converged to some extent with respect to the distinctions between learning management systems and learning experience platforms, so we are deliberately agnostic in our terminology.
• Seamless and engaging learning experiences for all users, supporting diverse learning needs. Diversity of learning needs includes different learner abilities, different learning environments, and
different accessibility requirements.
• Ensure that the new system can function at peak capacity with maximum number of concurrent users that the system can realistically sustain before requests per minute start to decline and response time starts to increase.
• Tenancy, instances, permissions, and access for rail industry partners, offering access to standardised or bespoke training content with built-in charging mechanisms.
• Access to diverse content libraries, enabling professional and personal development. This includes (but is not limited to) professional development material, soft skills development, technology, project management and leadership skills.
• Existing bespoke content migration, transferring over 1,000 eLearning materials to the new system. We expect the supplier to provide a content library and complete a mapping/triage exercise against existing content.
• A centralised catalogue of all Network Rail training offerings, including content libraries, bespoke digital learning, facilitated courses, innovation (e.g. digital simulations, VR).
• Effective in-platform communication channels to engage and support learners. Network Rail are open to exploring different in-platform communication features, but expect the whole suite of market norms to be available for consideration (e.g. in-platform communication, between platform communication such as email/teams, push notifications to mobile devices).
• Data insights, leveraging statistical and predictive modelling for decision-making. We seek a view from the market as to the 'art of the possible' that can be deployed out of the box and what can be developed over time.
• Systematic use of permissions, automation, and workflows (which could include AI) to minimise process and content duplication, and to surface content to learners that is relevant, customised, and personalised.
• Implementation and suitable change management to deploy the system within Network Rail technical, procedural and people environment. Implementation should be supported by best practice and lessons learned from other client projects to embed the system and ensure adoption.
• Effective training, upskilling and handover for internal support teams so they can confidently support the business.
• An intuitive and modern user interface, serving as a dynamic platform for learning content.
• Personalised or customised learning pathways, tailored to individual user needs through data-driven recommendations.
• The system should support the delivery, booking, administration, tracking and scheduling for inperson and virtual training events using off the shelf capabilities.
This initiative will not only replace the existing technology but also introduce new capabilities to enhance learning accessibility, engagement, and efficiency across the organisation and its partners.
Total value (estimated)
- £15,700,000 excluding VAT
- £18,840,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 13 May 2026 to 12 May 2031
- Possible extension to 12 May 2033
- 7 years
Description of possible extension:
The minimum term is five (5) years, with the option to extend up to a further two (2) years, up to a total maximum duration of seven (7) years.
This can be done in one (1) year extension increments up to the maximum of two (2) total extension years.
Main procurement category
Services
CPV classifications
- 72212931 - Training software development services
- 30211300 - Computer platforms
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
- 48160000 - Library software package
- 48190000 - Educational software package
- 48211000 - Platform interconnectivity software package
- 48219300 - Administration software package
- 48332000 - Scheduling software package
- 48517000 - IT software package
- 48783000 - Content management software package
- 48931000 - Training software package
- 72210000 - Programming services of packaged software products
- 72212100 - Industry specific software development services
- 72212160 - Library software development services
- 72212190 - Educational software development services
- 72212332 - Scheduling software development services
- 72212517 - IT software development services
- 72212783 - Content management software development services
- 72262000 - Software development services
- 79632000 - Personnel-training services
- 80000000 - Education and training services
- 80400000 - Adult and other education services
- 80420000 - E-learning services
- 80500000 - Training services
- 80521000 - Training programme services
- 80530000 - Vocational training services
- 80531000 - Industrial and technical training services
- 80531200 - Technical training services
- 80532000 - Management training services
- 80570000 - Personal development training services
Contract locations
- UK - United Kingdom
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:
• Implementation Case Study Experience
• Change Management Case Study Experience
• Data Migration Case Study Experience
• Platform Functionality
• Information Security Maturity
Please refer to the Instructions to Participants for full details.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
24 October 2025, 11:59pm
Submission type
Requests to participate
Deadline for requests to participate
2 November 2025, 11:59pm
Electronic auction will be used
Yes
Submission address and any special instructions
Subject to any unforeseen circumstances, the Procurement Specific Questionnaire (PSQ) will be released on 30th 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 5 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 five (5) 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)
29 April 2026
Award criteria
| 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 -... |
Quality | 60% |
| Commercial Envelope | A pricing document requiring a breakdown of costs concerning Design, Solution Build and Run/Operate will be provided. Responses will be evaluated on a proportional versus best-value basis. Further... |
Cost | 40% |
Other information
Payment terms
• Network Rail will pay valid, undisputed invoices within 28 days of receipt.
• Suppliers 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) 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.
(3) The KPIs and supplier performance processes may need updating during the term of the Contract to ensure their relevance and effectiveness.
(4) 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 data.
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 process is designed to enable technical dialogue and negotiation with shortlisted suppliers to achieve the most advantageous tender for Network Rail. 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 five (5) 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 also be required to present on 3 questions. An Electronic Auction will be completed concerning the Commercial Bid also. The top scoring single participant will be awarded a single contract.
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.
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/
Once this is complete, please email tom.weatherley@networkrail.co.uk to request access to the PSQ.
Alongside the PSQ, Network Rail will issue supporting documentation related to this procurement, including:
(1) Instructions to Participants
(2) Statement of Requirements
(3) Functional/Non Functional Requirements
(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.
Contracting authority
NETWORK RAIL INFRASTRUCTURE LIMITED
- Public Procurement Organisation Number: PNZN-9524-VCQJ
Waterloo General Office
London
SE1 8SW
United Kingdom
Contact name: Tom Weatherley
Telephone: +447730352531
Email: Tom.Weatherley@networkrail.co.uk
Website: https://www.networkrail.co.uk/
Region: UKI45 - Lambeth
Organisation type: Public authority - central government