Tender

Wales & Western - Civils Examination Services (Earthworks)

  • NETWORK RAIL INFRASTRUCTURE LIMITED

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

Notice identifier: 2025/S 000-075984

Procurement identifier (OCID): ocds-h6vhtk-059b66 (view related notices)

Published 21 November 2025, 12:01pm



Scope

Reference

Project_44202

Description

Civil examinations within Network Rail refer to the inspection, examination and reporting of structural assets to ensure the safety, reliability, and longevity of railway infrastructure. These examinations help identify defects, monitor structural integrity, and determine necessary maintenance or repair works to prevent failures and ensure continued safe operation of the rail network. An Earthwork examination shall be sufficient to identify or determine and record information to enable Network Rail to manage the safety and performance of the Earthwork in accordance with NR/L3/CIV/065.

Asset types to be examined:

• Earthworks (as defined by NR/L3/CIV/065): Five chain lengths of Earthwork slope: a soil cutting, rock cutting embankment, or natural slope

• Coastal and Estuarine Defences that are formed of earthworks: A Structure that protects railway infrastructure against erosion or flooding by tidal waters. It includes protection works, which protect land against erosion and encroachment by such waters, and which perform no flood defence role; and defences, which protect against flooding or attack by such waters.

• Outside Party Slopes, whose failure may impact on Network Rail infrastructure, where the outside party is unable to provide a satisfactory management policy for the slope, will be, so far as is lawful, be subject to a cyclical examination.

• A cutting, embankment or natural slope, outside of the Network Rail boundary, owned or managed by an outside party, which may impact on Network Rail infrastructure. Where the outside party is unable to provide a satisfactory management policy for the slope or demonstrate by other means that it is being managed in a satisfactory manner, the slope will, so far as is lawful, be subject to a cyclical examination.

Examination Types:

• Cyclical Earthwork Examination: These examinations are cyclical in accordance with the Task Schedule or as otherwise instructed by Employer's representative. The scope must adhere to SCHI, SEHI and/or RSHI in accordance with NR/L3/CIV/065

• Rapid Response Earthwork Examination: These examinations are for Emergency Situations as required. The scope is as required by Network Rail.

• Geotechnical Incident Report: These examinations are as required by Network Rail. The scope is in accordance with NR/L3/CIV/185.

Each Examination of an earthwork shall:

• Include the production of a report.

• Include an examination to record and report the findings related to the condition of the earthworks including all necessary preparations and arrangements for access to the earthwork.

• Update and record data obtained during the examinations in the Network Rail Earthworks Database using Network Rail Earthworks Examination Software.

• Support the Employer’s Representative in the management and co-ordination of examination of earthworks.

• Include any vegetation clearance necessary to enable examinations of earthwork.

• Provide a rapid response service to attend and report on earthwork failures and Geotechnical incidents in accordance with NR/L3/CIV/065 and NR/L3/CIV/185.

In the later years of this Framework, the Geotech teams plan to move to non-traditional methods of examination. By integrating satellite data into core processes, and other observed data sets, the business can significantly reduce its reliance on traditional on-site examinations, enhancing efficiency and improving asset management decisions. Based on currently available information we are expecing the following:

• CP7 Y4 50% reduction in Condition A-C assets excluding rock cuttings

• CP7 Y5 70% reduction in Condition A-C assets excluding rock cuttings

Commercial tool

Establishes a framework

Total value (estimated)

  • £24,000,000 excluding VAT
  • £28,800,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 29 June 2026 to 28 June 2029
  • Possible extension to 27 June 2034
  • 7 years, 11 months, 29 days

Description of possible extension:

Initial Term: 3 Years

Extension Term: 1+1+1+1+1 Years

Main procurement category

Services

CPV classifications

  • 71631400 - Technical inspection services of engineering structures

Contract locations

  • UKL - Wales
  • UKK - South West (England)
  • UKI7 - Outer London - West and North West

Framework

Maximum number of suppliers

2

Maximum percentage fee charged to suppliers

0%

Framework operation description

This Framework will operate under a Schedule of Rates. The Schedule of Rates will be used to determine the cost of an annual work bank. For the commercial evaluation of the of the Framework, each bidder will provide a range of costs within a pricing document which will then create a total cost to be used in evaluation.

Two suppliers will be awarded the Framework, and each supplier will be given primary responsibility of a route (Wales/Western), and will act as a secondary supplier to the opposite route. Further information on Route Allocation is descibed within the tender documentation.

Award method when using the framework

Without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Technical ability conditions of participation

There are no restrictions on bidding for this tender, however, the winning bidder must hold a Principal Contractors License and be registered under the following RISQS codes at point of award:

• C.C.3.1.2.5: Earthworks/Service (Structures Examinations)

• C.C.3.4.3.2: Vegetation Management (On Network Rail Controlled Infrastructure/Service)

• Details for the Principal Contractors Licence (PCL) can be found - https://safety.networkrail.co.uk/safety/principal-contractor-licensing/

• Details for RISQ’s - https://www.risqs.org/

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

19 December 2025, 4:00pm

Submission type

Requests to participate

Deadline for requests to participate

9 January 2026, 4:00pm

Submission address and any special instructions

Available at https://networkrail.bravosolution.co.uk/

Bravo Project Reference - Project_44202

PSQ/PQQ reference - PQQ_3824

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Maximum 5 suppliers

Selection criteria:

The PSQ will be weighted 100% to Technical.

Relevent question submissions will be scored out of 5 by evaluators.

The scoring criteria is available within the tender documentation.

The top scoring 5 suppliers will be taken from PSQ Stage to ITT Stage.

The ITT Stage will be weighted 60% Technical and 40% Commercial/Cost.

Relevent question submissions will be scored out of 5 by evaluators.

The scoring criteria is available within the tender documentation.

Award decision date (estimated)

8 May 2026

Recurring procurement

Publication date of next tender notice (estimated): 29 May 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Tender (ITT)

Questions to include:

Resource & Contract Organisation

Programme

Earthworks Techincal Assessment

Ecology & Invasive

Urgent Defect

De-Vegetation Management

Social Value

Quality 60%
Tender (ITT)

Commercial & Pricing Evaluation

Price 40%

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

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

Network Rail will carry out a condition of participation stage (requiring completion of a procurement specific questionnaire/PSQ) followed by a single stage tender process (invitation to tender/ITT).

Stage 1 - PSQ - Technical - 100% Weighting - Top 5 Consultants to Progress

Stage 2 - ITT - Technical 60% - Commercial 40% - Top 2 Consultants to be awarded - 1 aligned to each route.


Documents

Documents to be provided after the tender notice

The documents will be provided via Bravo NR upon accessing each Stage of the tender process. https://networkrail.bravosolution.co.uk/


Contracting authority

NETWORK RAIL INFRASTRUCTURE LIMITED

  • Public Procurement Organisation Number: PNZN-9524-VCQJ

Waterloo General Office

London

SE1 8SW

United Kingdom

Region: UKI45 - Lambeth

Organisation type: Public authority - central government