Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Integrated Learning Systems

  • First published: 01 October 2025
  • Last modified: 01 October 2025
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-051633
Published by:
Network Rail Infrastructure Limited
Authority ID:
AA80490
Publication date:
01 October 2025
Deadline date:
02 November 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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, anddifferent 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

Full notice text

Scope

Procurement 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.

Main category

Services

Delivery regions

  • UK - United Kingdom

Total value (estimated, excluding VAT)

15700000 GBP to 15700000GBP

Contract dates (estimated)

13 May 2026, 00:00AM to 12 May 2031, 23:59PM

Extension end date (if all the extensions are used): 12 May 2033

Contracting authority

NETWORK RAIL INFRASTRUCTURE LIMITED

Identification register:

  • GB-PPON

Address 1: Waterloo General Office

Town/City: London

Postcode: SE1 8SW

Country: United Kingdom

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

Public Procurement Organisation Number: PNZN-9524-VCQJ

NUTS code: UKI45

Contact name: Tom Weatherley

Email: Tom.Weatherley@networkrail.co.uk

Telephone: +447730352531

Organisation type: Public authority - central government

Procedure

Procedure type

Competitive flexible procedure

Is this procurement under a special regime?

Utilities

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Lots

Divided into 1 lots

Lot number: 1

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

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

15700000 GBP Excluding VAT

18840000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

13 May 2026, 00:00AM

Contract end date (estimated)

12 May 2031, 23:59PM

Extension end date (estimated)

12 May 2033, 23:59PM

Can the contract be extended?

Yes

Description of extensions

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.

Participation

Conditions

Economic

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.

Conditions

Economic

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.

Conditions of participation

(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 criteria

Type: quality

Name

Technical Envelope

Description

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 - Solution Overview - (weighting - 13.9%)

2 - Data Governance and Migration (weighting - 9.3%)

3 - Architecture & Integration (weight - 9.3%)

4 - Team & Resource Model (weighting - 4.6%)

5 - Security & Compliance (weighting - 9.3%)

6 - Implementation & Delivery Plan (weighting - 13.9%)

7 - Support & Service Management (weighting - 9.2%)

8 - Knowledge Transfer & Training (weighting - 13.8%)

9 - Social Value (weighting - 16.67%)

Further information will be provided at the tender stage to shortlisted participants.

Weighting: 60

Weighting type: percentageExact

Type: cost

Name

Commercial Envelope

Description

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 information will be provided at the tender stage to shortlisted participants.

Weighting: 40

Weighting type: percentageExact

Contract terms and risks

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.

Submission

Expression of interest deadline

02 November 2025, 23:59PM

Enquiry deadline

24 October 2025, 23:59PM

Date of award of contract

29 April 2026, 23:59PM

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.

Minimum number of suppliers to be invited to tender

2

Maximum number of suppliers to be invited to tender

5

An electronic auction will be used

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
48219300 Administration software package Miscellaneous networking software package
80400000 Adult and other education services Education and training services
30211300 Computer platforms Mainframe computer
72212783 Content management software development services Programming services of application software
48783000 Content management software package System, storage and content management software package
80000000 Education and training services Education
72212190 Educational software development services Programming services of application software
48190000 Educational software package Industry specific software package
80420000 E-learning services Adult and other education services
80531000 Industrial and technical training services Vocational training services
72212100 Industry specific software development services Programming services of application software
48100000 Industry specific software package Software package and information systems
72212517 IT software development services Programming services of application software
48517000 IT software package Communication software package
72212160 Library software development services Programming services of application software
48160000 Library software package Industry specific software package
80532000 Management training services Vocational training services
80570000 Personal development training services Training services
79632000 Personnel-training services Personnel services except placement and supply services
48211000 Platform interconnectivity software package Networking software package
72210000 Programming services of packaged software products Software programming and consultancy services
72212332 Scheduling software development services Programming services of application software
48332000 Scheduling software package Scheduling and productivity software package
72262000 Software development services Software-related services
48000000 Software package and information systems Computer and Related Services
80531200 Technical training services Industrial and technical training services
80521000 Training programme services Training facilities
80500000 Training services Education and training services
72212931 Training software development services Programming services of application software
48931000 Training software package Training and entertainment software package
80530000 Vocational training services Training services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.