← Back to opportunities

Data Centre Infrastructure Service

NETWORK RAIL INFRASTRUCTURE LIMITED

Buyer Contact Info

Buyer Name: NETWORK RAIL INFRASTRUCTURE LIMITED

Buyer Address: Waterloo General Office, London, UKI45, SE1 8SW, United Kingdom

Contact Name: Sonia Diosee

Contact Email: sonia.diosee@networkrail.co.uk

Contact Telephone: +447957726915

Status
active
Procedure
selective
Value
185300000.0 GBP
Gross: 222360000 GBP
Published
08 Sep 2025, 12:32
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
72222300 - Information technology services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

This project is for a single partner to provide data centre infrastructure services (DCIS). The scope of the contract covers services needed to support NRIL's data centre infrastructure hosted within data centres, LAN/Edge compute rooms and Cloud Platforms. It includes networks (LAN and WAN), platforms, mainframe, servers, specified applications including tools and services required to effectively operate the infrastructure.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/054644-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: Optional Capex Projects and Great British Rail transition services.

Lot 1 Value: GBP 185,300,000

Lot 1 Value (Gross): GBP 222,360,000

Lot 1 Contract Start: 2026-12-09T00:00:00+00:00

Lot 1 Contract End: 2033-10-10T23:59:59+01:00

Lot 1 Award Criterion (quality): Technical (65%)

Lot 1 Award Criterion (price): Commercial (35%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PNZN-9524-VCQJ",
    "name": "NETWORK RAIL INFRASTRUCTURE LIMITED"
  },
  "date": "2025-09-08T13:32:06+01:00",
  "id": "054644-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-052ae4",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SE1 8SW",
        "region": "UKI45",
        "streetAddress": "Waterloo General Office"
      },
      "contactPoint": {
        "email": "sonia.diosee@networkrail.co.uk",
        "name": "Sonia Diosee",
        "telephone": "+447957726915"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.networkrail.co.uk/"
      },
      "id": "GB-PPON-PNZN-9524-VCQJ",
      "identifier": {
        "id": "PNZN-9524-VCQJ",
        "scheme": "GB-PPON"
      },
      "name": "NETWORK RAIL INFRASTRUCTURE LIMITED",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tenderUpdate"
  ],
  "tender": {
    "aboveThreshold": true,
    "amendments": [
      {
        "description": "PSQ Close Date\nPayment Terms and Risks\nSupported Employment Providers changed to \u0027No\u0027",
        "id": "054644-2025"
      }
    ],
    "awardPeriod": {
      "endDate": "2026-10-12T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "Payment Structure\n\u2022 Payments will be made periodically per Network Rail\u0027s Railway Period (every 4 weeks).\nInvoicing and Payment Timelines\n\u2022 Network Rail will pay valid, undisputed invoices within 28 days of receipt.\n\u2022 Supplier must flow down prompt payment terms (28 days) to its supply chain.\nPlease refer to the Procurement Documents for full details."
    },
    "coveredBy": [
      "GPA",
      "CPTPP"
    ],
    "description": "This project is for a single partner to provide data centre infrastructure services (DCIS).\nThe scope of the contract covers services needed to support NRIL\u0027s data centre infrastructure hosted within data centres, LAN/Edge compute rooms and Cloud Platforms. It includes networks (LAN and WAN), platforms, mainframe, servers, specified applications including tools and services required to effectively operate the infrastructure.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "accessDetails": "Publication of the PSQ shall be issued via Bravo.  Web address is as follows: - https://networkrail.bravosolution.co.uk/web/login.html\nDocuments to be published using Bravo: -\nInstruction to Participants\nAppendix A - Procurement Terms and Conditions\nAppendix B - Conditions of Participation Criteria - PSQ\nAppendix C - Tender Criteria ITT\nAppendix D - Glossary\nAppendix E - Overview of Requirements \nAppendix Ea - Business Requirements Document\nAppendix Eb - Requirements Catalogue\nAppendix F - Confidentiality Agreement \nAppendix G - Terms and Conditions",
        "documentType": "biddingDocuments",
        "id": "future"
      },
      {
        "datePublished": "2025-09-08T13:32:06+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "054644-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/054644-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-09-26T13:00:00+01:00"
    },
    "expressionOfInterestDeadline": "2025-10-10T16:00:00+01:00",
    "hasRecurrence": true,
    "id": "Bravo Project Number 43571",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Information technology services",
            "id": "72222300",
            "scheme": "CPV"
          },
          {
            "description": "Information systems and servers",
            "id": "48800000",
            "scheme": "CPV"
          },
          {
            "description": "Maintenance of information technology software",
            "id": "72267100",
            "scheme": "CPV"
          },
          {
            "description": "Information technology requirements review services",
            "id": "72223000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "The below Award Criteria shall be weighted against 65% overall Technical Weighting.\nTransition Delivery - 13%\nService Operations \u0026 Governance - 40%\nTransformation \u0026 Optimisation - 15%\nInnovation - 5%\nProject Delivery - 10%\nSocial Value - 17%",
              "name": "Technical",
              "numbers": [
                {
                  "number": 65,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "The below Award Criteria shall be weighted against 35% overall Commercial Weighting.\nBase charges, base catalogue charges, transition and exit charges\t- 57%\nRate card - 11%\nTransformation \u0026 Project Delivery - 32%",
              "name": "Commercial",
              "numbers": [
                {
                  "number": 35,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2033-10-10T23:59:59+01:00",
          "startDate": "2026-12-09T00:00:00+00:00"
        },
        "hasOptions": true,
        "id": "1",
        "options": {
          "description": "Optional Capex Projects and Great British Rail transition services."
        },
        "secondStage": {
          "maximumCandidates": 5,
          "minimumCandidates": 2
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Please refer to PSQ documentation and Appendices in the Bravo portal.",
              "type": "economic"
            },
            {
              "description": "Please refer to PSQ documentation and Appendices in the Bravo portal.",
              "type": "technical"
            },
            {
              "description": "Conditions of participation",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "value": {
          "amount": 185300000,
          "amountGross": 222360000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "Competitive Flexible Procedure \nDescription of stages: -\nPSQ Return \nInternal PSQ Evaluation\nDown selection of 5 suppliers\nConfidentiality Agreement execution with 5 shortlisted suppliers\nITT Publication \nClarification Sessions\nITT Responses Close\nInternal ITT Evaluation \nInternal ITT Moderation  \nITT Supplier Presentations\nNegotiation Stage 1\nNegotiation Stage 2\nBest and Final Offers\nAward Stage"
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "recurrence": {
      "dates": [
        {
          "startDate": "2026-10-12T23:59:59+01:00"
        }
      ]
    },
    "riskDetails": "1. Technology Risks\n\u2022\tData Centre Infrastructure: Risks of physical security breaches, unauthorised access, inadequate audit controls, and failure in onsite sparing or equipment management.\n\u2022\tMainframe \u0026 Platforms: Risks of service outages, backup failures, data loss, or insufficient monitoring and alerting.\n\u2022\tPatch Management: Risks of delayed or failed patch deployment, vulnerabilities due to unpatched systems, and errors in automated/manual patching.\n\u2022\tTechnical Services: Risks of insufficiently certified technical resources, tooling failures, and lack of scalability or automation.\n2. Network and Security Infrastructure Risks\n\u2022\tDC Networks: Risks of network outages, poor interconnectivity, third-party coordination failures, and WAN/LAN service disruptions.\n\u2022\tPerimeter Security: Risks of firewall misconfiguration, security breaches, and lack of certified network resources.\n3. Application Support Risks\n\u2022\tEnterprise Job Scheduler: Risks of workflow automation failures, impacting business process continuity.\n\u2022\tOperational Support Systems: Risks of inadequate Tier 3 support, misconfiguration, or delayed updates.\n\u2022\tSiebel Support: Risks of application downtime, data integrity issues, and multi-server coordination failures.\n4. Service Management Risks\n\u2022\tAvailability \u0026 Capacity Management: Risks of poor performance, capacity shortfalls, and unidentified risks.\n\u2022\tCompliance \u0026 Information Security: Risks of non-compliance with standards, security incidents, inadequate staff vetting, and failure in digital access control.\n\u2022\tIT Service Continuity: Risks of ineffective disaster recovery/business continuity planning and testing.\n\u2022\tService Level Management: Risks of unmet service expectations and lack of service improvement.\n5. Service Transition Risks\n\u2022\tE-bonding \u0026 Change Management: Risks of failed data transfer, unauthorised changes, inadequate change management, and insufficiently skilled change teams.\n\u2022\tKnowledge \u0026 Release Management: Risks of incomplete or inaccurate knowledge transfer, poor release planning, and failed service take-on.\n6. Service Operation Risks\n\u2022\tEvent \u0026 Incident Management: Risks of poor event logging, delayed incident resolution, inadequate communication, and lack of accountability.\n\u2022\tProblem \u0026 Request Fulfilment: Risks of unresolved problems, poor collaboration, and delayed service requests.\n\u2022\tThird Party Management: Risks of SLA breaches, poor supplier coordination, and service continuity failures.\n7. Continual Service Improvement Risks\n\u2022\tRisks of ineffective CSI initiatives, lack of monitoring, and failure to implement recommendations.\n8. Governance and Reporting Risks\n\u2022\tRisks of inadequate governance frameworks, poor service reporting, and non-compliance in reporting.\n9. Social Value Risks\n\u2022\tRisks of failing to meet social value targets (jobs, skills, education), EDI requirements, SME engagement, ESG compliance, and sustainability obligations.\n10. Delivery Risks\n\u2022\tProject Services: Risks of project delays, poor quality assurance, non-compliance with processes, and inadequate risk/issue management.\n\u2022\tSkilled Resources: Risks of insufficient architectural or enhancement resources, poor onboarding/offboarding, and lack of testing support.\n\u2022\tThird Party Management: Risks of poor operational management and reporting.\n11. Transition Risks\n\u2022\tRisks of poor programme management, service readiness failures, inadequate knowledge transfer, asset/configuration management issues, and reduction in service performance during transition.\n12. Transformation Risks\n\u2022\tRisks of failing to identify or deliver efficiency improvements, poor collaboration, and strategy misalignment.\n13. Exit Risks\n\u2022\tRisks of inadequate exit planning, poor knowledge transfer, and disruption at contract end.\n14. Optional Scope Risks\n\u2022\tRisks of poor flexibility in service take-on, inability to scale for industry transformation, and failure to support public cloud or future integration needs.\n15. Legal \u0026 Compliance Risks\n\u2022\tRisks of non-compliance with contract management guidelines, failure to meet SLA/accountability requirements, lack of transparency in pricing, and inability to rapidly deploy certified security services.\nThese are risks which the Authority considers could jeopardise the satisfactory performance of the contract, but because of their nature, may not be capable of being addressed in the contract as awarded (noting that this is a competitive flexible procedure and technical dialogue and commercial negotiation are anticipated). Accordingly, these are risks that may require a subsequent modification of the contract under paragraph 5 of Schedule 8 of PA23.",
    "specialRegime": [
      "utilities"
    ],
    "status": "active",
    "submissionMethodDetails": "https://networkrail.bravosolution.co.uk/",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "Data Centre Infrastructure Service",
    "value": {
      "amount": 185300000,
      "amountGross": 222360000,
      "currency": "GBP"
    }
  }
}