← Back to opportunities

ETCS Train Driver Simulation Simulator Infrastructure and Services

NORTHERN TRAINS LIMITED

Buyer Contact Info

Buyer Name: NORTHERN TRAINS LIMITED

Buyer Address: George Stephenson House, York, UKE21, YO1 6JT, United Kingdom

Contact Email: procurement@northernrailway.co.uk

Status
active
Procedure
selective
Value
100000000.0 GBP
Gross: 120000000 GBP
Published
07 Nov 2025, 16:38
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
34150000 - Simulators
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

Northern Trains Limited ('NTL'), a Train Operating Company delivering passenger rail services across the North of England, is issuing this notice to establish a single-supplier framework agreement for the provision of European Train Control System ('ETCS') Train Driver Simulation Simulator Infrastructure and Services. NTL will act as the contracting authority and owner of this framework agreement. However, both NTL and the Participating Authorities named in this notice will be entitled to call off their respective requirements under the framework. The scope of this procurement includes the purchase of ETCS Train Driver Simulation Simulator Infrastructure and Services to support driver training in preparation for the implementation of ETCS across the Northern network, scheduled for 2030 as part of the Transpennine Route Upgrade (TRU) programme. ETCS is an industry driven programme aimed at standardising train control and signalling systems to enhance interoperability, safety, and operational efficiency across the rail network. Its introduction along the TRU corridor-connecting Manchester, Leeds, Huddersfield, and York-will have a significant impact NTL's operations. This transition will require rolling stock compatibility with the new signalling system and comprehensive driver retraining, affecting six traincrew depots and approximately 1,800 drivers. The requirement for ETCS Train Driver Simulation Simulator Infrastructure and Services include, but are not limited to: - Portable Simulators, comprising: Hardware: simulator station (e.g., screens, driving controls, DSD pedal, keyboard, mouse, headset, PC base unit, graphics card, cabling) Software: traction type for existing rolling stock as well as newly built trains - Simulator Control Stations: hardware & software - Admin Interface Station, including firewall & network interface equipment - Spare Parts Package - 36 month warranty for each simulator solution - Extended Maintenance & Warranty for subsequent years - CGI Route development - Multi-platform ETCS Application offering various training scenarios Optional items available under the framework may include: - Virtual Reality (VR) training headsets - ETCS traffic simulator workstations - Additional CGI route development (priced per mile and kilometers) Indicative volumes under this framework are expected to be: - 48 portable simulators in total (32 for NTL and 16 for TransPennine Trains Limited ("TPT")) - 16 simulator control stations in total (12 for NTL and 4 for TPT) - 2 admin interface stations (1 for NTL and 1 for TPT). These volumes are estimates and may be subject to change prior to entering into individual work orders. No minimum purchase volumes are guaranteed under this framework agreement. The indicative timings for delivery of the simulators are as follows: NTL - September 2027, TPT - January 2031. Other Participating Authorities may enter into their respective work orders at any point throughout the framework's duration. The estimated total value of the framework is £100,000,000 across its whole duration (8 years). This value has been estimated by taking into account the potential demand from all Participating Authorities mentioned on this notice and is not solely based on the value of the initial expected volumes. NTL is procuring on behalf of the Participating Authorities (as more particularly defined below) and will enter into the relevant framework agreement with the successful supplier where such contract is awarded. The Participating Authorities (as more particularly defined below) are permitted to use the framework via subsequent work orders in accordance with section 1(3)(b) of the Procurement Act 2023. However, NTL is responsible for the conduct of the procurement throughout and all correspondence and communication from suppliers is to be solely with NTL. In addition to NTL, the Participating Authorities who may call-off under this framework are: - the Train Operating Companies - Network Rail Infrastructure Limited - Any holders of a passenger licence or a station licence granted pursuant to section 8 of the Railways Act 1993 and/or a passenger licence granted pursuant to regulation 6 of the Railway (Licensing of Railway Undertakings) Regulations 2005 Where used throughout this notice, the meaning of Train Operating Companies includes all and any of those train operating companies who, currently or in the future, provide services for the carriage of passengers by railway: a) under a franchise agreement with the Secretary of State within the meaning of section 23(3) of the Railways Act 1993 or b) under, or secured under, the Secretary of State's duty in section 30(1) of the Railways Act 1993; or c) in accordance with legislation which supersedes or amends the powers referred to in a) and b), including where such powers are transferred from the Secretary of State to another body. A list of some of the current providers of services for the carriage of passengers by railway under these provisions can be found at https://www.gov.uk/guidance/public-register-of-rail passenger-contracts. The framework agreement may be novated or assigned by NTL to Train Operating Companies, or to DFT Operator Limited (company number: 07141122) or any successor parent company to a Train Operating Company, following a corporate restructuring or similar circumstance.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/072190-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: NTL or any other Participating Authority may request additional deliverables or services (such as components of the Simulator Infrastructure) that are not explicitly listed in the scope of this procurement. Where such requirements arise, pricing will be agreed within the relevant work order, subject to the following conditions: -Any pricing related to design, build, or installation services must remain consistent with the rates set out in the framework. -All agreed prices must be clearly linked to comparable items already included in the framework pricing schedule. -The appointed supplier will be required to provide supporting evidence to justify the proposed pricing.

Lot 1 Value: GBP 100,000,000

Lot 1 Value (Gross): GBP 120,000,000

Lot 1 Contract Start: 2026-05-01T00:00:00+01:00

Lot 1 Contract End: 2034-04-30T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Technical (Quality) (60%)

Lot 1 Award Criterion (price): Price (30%)

Lot 1 Award Criterion (quality): Social Value (10%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-COH-03076444",
    "name": "NORTHERN TRAINS LIMITED"
  },
  "date": "2025-11-07T16:38:38Z",
  "id": "072190-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-051c0f",
  "parties": [
    {
      "additionalIdentifiers": [
        {
          "id": "PZCJ-2164-HJQZ",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "York",
        "postalCode": "YO1 6JT",
        "region": "UKE21",
        "streetAddress": "George Stephenson House"
      },
      "contactPoint": {
        "email": "procurement@northernrailway.co.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-COH-03076444",
      "identifier": {
        "id": "03076444",
        "scheme": "GB-COH"
      },
      "name": "NORTHERN TRAINS LIMITED",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "additionalProcurementCategories": [
      "services"
    ],
    "awardPeriod": {
      "endDate": "2026-04-24T23:59:59+01:00"
    },
    "description": "Northern Trains Limited (\u0027NTL\u0027), a Train Operating Company delivering passenger rail services across the North of England, is issuing this notice to establish a single-supplier framework agreement for the provision of European Train Control System (\u0027ETCS\u0027) Train Driver Simulation Simulator Infrastructure and Services.\nNTL will act as the contracting authority and owner of this framework agreement. However, both NTL and the Participating Authorities named in this notice will be entitled to call off their respective requirements under the framework.\nThe scope of this procurement includes the purchase of ETCS Train Driver Simulation Simulator Infrastructure and Services to support driver training in preparation for the implementation of ETCS across the Northern network, scheduled for 2030 as part of the Transpennine Route Upgrade (TRU) programme.\nETCS is an industry driven programme aimed at standardising train control and signalling systems to enhance interoperability, safety, and operational efficiency across the rail network. Its introduction along the TRU corridor-connecting Manchester, Leeds, Huddersfield, and York-will have a significant impact NTL\u0027s operations. This transition will require rolling stock compatibility with the new signalling system and comprehensive driver retraining, affecting six traincrew depots and approximately 1,800 drivers.\nThe requirement for ETCS Train Driver Simulation Simulator Infrastructure and Services include, but are not limited to:\n- Portable Simulators, comprising:\nHardware: simulator station (e.g., screens, driving controls, DSD pedal, keyboard, mouse, headset, PC base unit, graphics card, cabling)\nSoftware: traction type for existing rolling stock as well as newly built trains\n- Simulator Control Stations: hardware \u0026 software\n- Admin Interface Station, including firewall \u0026 network interface equipment\n- Spare Parts Package\n- 36 month warranty for each simulator solution\n- Extended Maintenance \u0026 Warranty for subsequent years\n- CGI Route development\n- Multi-platform ETCS Application offering various training scenarios\nOptional items available under the framework may include:\n- Virtual Reality (VR) training headsets\n- ETCS traffic simulator workstations\n- Additional CGI route development (priced per mile and kilometers)\nIndicative volumes under this framework are expected to be:\n- 48 portable simulators in total (32 for NTL and 16 for TransPennine Trains Limited (\"TPT\"))\n- 16 simulator control stations in total (12 for NTL and 4 for TPT) \n- 2 admin interface stations (1 for NTL and 1 for TPT).\nThese volumes are estimates and may be subject to change prior to entering into individual work orders. No minimum purchase volumes are guaranteed under this framework agreement.\nThe indicative timings for delivery of the simulators are as follows: NTL - September 2027, TPT - January 2031. Other Participating Authorities may enter into their respective work orders at any point throughout the framework\u0027s duration. \nThe estimated total value of the framework is \u00a3100,000,000 across its whole duration (8 years). This value has been estimated by taking into account the potential demand from all Participating Authorities mentioned on this notice and is not solely based on the value of the initial expected volumes. \nNTL is procuring on behalf of the Participating Authorities (as more particularly defined below) and will enter into the relevant framework agreement with the successful supplier where such contract is awarded. The Participating Authorities (as more particularly defined below) are permitted to use the framework via subsequent work orders in accordance with section 1(3)(b) of the Procurement Act 2023. However, NTL is responsible for the conduct of the procurement throughout and all correspondence and communication from suppliers is to be solely with NTL.\nIn addition to NTL, the Participating Authorities who may call-off under this framework are:\n- the Train Operating Companies\n- Network Rail Infrastructure Limited\n- Any holders of a passenger licence or a station licence granted pursuant to section 8 of the Railways Act 1993 and/or a passenger licence granted pursuant to regulation 6 of the Railway (Licensing of Railway Undertakings) Regulations 2005\nWhere used throughout this notice, the meaning of Train Operating Companies includes all and any of those train operating companies who, currently or in the future, provide services for the carriage of passengers by railway:\na) under a franchise agreement with the Secretary of State within the meaning of section 23(3) of the Railways Act 1993 or\nb) under, or secured under, the Secretary of State\u0027s duty in section 30(1) of the Railways Act 1993; or\nc) in accordance with legislation which supersedes or amends the powers referred to in a) and b), including where such powers are transferred from the Secretary of State to another body.\nA list of some of the current providers of services for the carriage of passengers by railway under these provisions can be found at https://www.gov.uk/guidance/public-register-of-rail passenger-contracts.\nThe framework agreement may be novated or assigned by NTL to Train Operating Companies, or to DFT Operator Limited (company number: 07141122) or any successor parent company to a Train Operating Company, following a corporate restructuring or similar circumstance.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-11-07T16:38:38Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "072190-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/072190-2025"
      }
    ],
    "expressionOfInterestDeadline": "2025-12-12T15:00:00Z",
    "id": "ocds-h6vhtk-051c0f",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Simulators",
            "id": "34150000",
            "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": [
            {
              "name": "Technical (Quality)",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Price",
              "numbers": [
                {
                  "number": 30,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2034-04-30T23:59:59+01:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "hasOptions": true,
        "id": "1",
        "options": {
          "description": "NTL or any other Participating Authority may request additional deliverables or services (such as components of the Simulator Infrastructure) that are not explicitly listed in the scope of this procurement. Where such requirements arise, pricing will be agreed within the relevant work order, subject to the following conditions:\n-Any pricing related to design, build, or installation services must remain consistent with the rates set out in the framework.\n-All agreed prices must be clearly linked to comparable items already included in the framework pricing schedule.\n-The appointed supplier will be required to provide supporting evidence to justify the proposed pricing."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Details of conditions of participation can be found in CFP ITP Part 3 - Procurement Specific Questionnaire.",
              "type": "economic"
            },
            {
              "description": "Details of conditions of participation can be found in CFP ITP Part 3 - Procurement Specific Questionnaire.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 100000000,
          "amountGross": 120000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "goods",
    "procedure": {
      "features": "The Tender stages will be run as follows:\nStage 1:\nAll interested suppliers can apply to be considered for participation in this procurement exercise, through application via https://www.delta-esourcing.com/ Tenderbox Reference: 45S3X532Q7.\nThe Procurement Specific Questionnaire (\u0027PSQ\u0027) will be evaluated in two (2) parts:\nPart 1: Mandatory information to be provided by the suppliers, failure to do so and in an accurate manner may lead to exclusion from the procurement process.\nPart 2: Questions relating to conditions of participation, including standard \u0026 technical questions\nAll suppliers that have passed the submission of mandatory information will then be evaluated in accordance with the evaluation criteria provided within the ITP documentation. \nThe top 4 scoring suppliers for the technical questions and who pass all other conditions within the PSQ, including conditions of participation will be shortlisted to participate in the Invitation to Negotiate (\u0027ITN\u0027) stage. \nShould there not be the maximum number of suppliers capable of meeting the required criteria the number of successful suppliers taken forward to ITN will be reduced accordingly. \nIn the instance where there is a tiebreak for any of the last successful positions, the number of successful suppliers would increase, and include any tied suppliers (set to two decimal places) as additional suppliers for the ITN. Therefore, the maximum number of successful suppliers made may increase where 2 or more suppliers have tied scores in the last successful position. Additionally, Northern Trains Limited (\u0027NTL\u0027) reserves the right, but is not obligated to to take forward to any suppliers whose final score is within 2% of the last successful position. \nAll other suppliers (and non-compliant parties) will be notified as unsuccessful from the process at this stage.\nNTL reserves the right to not score any question response that had not been provided in line with the instructions provided in the ITP.\nStage 2:\nSuppliers taken through from Stage 1 will be invited to submit their Tender Responses. \nTender Responses will have three (3) distinct elements:\n- Technical Quality with a weighting of 60%\n- Pricing with a weighting of 30%\n- Social Value with a weighting of 10%\nNTL will undertake a comprehensive evaluation process to determine the Most Advantageous Tender (MAT).\nTender Responses will initially be checked for compliance, including that all required returnables for the response have been submitted. If NTL does not consider a Tender Response compliant, it reserves the right not to carry out any further evaluation and eliminate the supplier from the procurement.\nAt any stage following the submission of a Tender Response, NTL reserves the right (but shall not be obliged) to seek clarification of any aspect of a supplier\u0027s Tender Response during the evaluation process. \nNotwithstanding the foregoing, at any stage following the submission of a Tender Response, NTL may require Negotiation Meetings in which the supplier may be required to present their Tender Response for the purposes verifying any aspect of that Tender Response. The supplier will be required to make suitable personnel available to NTL in order to resolve NTL\u0027s queries.  Any clarification discussed at such clarification meetings will be agreed by NTL and the supplier and documented and submitted by the supplier through the message centre on Delta.  \nFollowing the response of the ITN, representatives from NTL \u0026 TransPennine Trains (\u0027TPT\u0027)  may visit the supplier\u0027s manufacturing site in order to assess the supplier\u0027s capability to develop, manufacture and deliver ETCS desktop simulators. \nNTL therefore requests that the suppliers make their sites available to visit within the 4 week period following ITN submission. \nThe specific dates on which these visits can be made will be agreed with the suppliers via Delta portal during or following the ITN stage. \nThe purpose of any site visits is to assess the supplier\u0027s capability to develop, manufacture and deliver ETCS desktop simulators and verify the information that the supplier\u0027s provided in ITN Part 3 - Tender Response. \nStage 3 (optional):\nFollowing evaluation of the ITN, a minimum of the top two (2) highest scoring suppliers for each lot may be invited to submit Best and Final Offers (\u0027BAFO\u0027s). NTL strongly encourages all suppliers to submit competitive tender submissions. Whilst NTL may request BAFOs, suppliers should not rely on any potential subsequent opportunities for providing improved commercial offers.\nFurther information on the tender process can be found in CFP ITP Part 1 - Instructions \u0026 ITN Part 1 - Instructions."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "specialRegime": [
      "utilities"
    ],
    "status": "active",
    "submissionMethodDetails": "https://www.delta-esourcing.com/\nTenderbox Reference: 45S3X532Q7",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "buyerCategories": "The Participating Authorities who may call-off under this framework are:\n- the Train Operating Companies\n- Network Rail Infrastructure Limited\n- Any holders of a passenger licence or a station licence granted pursuant to section 8 of the Railways Act 1993 and/or a passenger licence granted pursuant to regulation 6 of the Railway (Licensing of Railway Undertakings) Regulations 2005",
        "description": "This framework agreement will be established as a single-supplier arrangement. \nNTL, along with any other Participating Authorities, will have the ability to directly award contracts to the appointed supplier.\nFramework pricing will be based on the successful supplier\u0027s final tender submission and will constitute the applicable charges under the agreement.\nComprehensive details regarding the framework\u0027s operation and the application of charges are provided in CFP ITP Part 4 - The Contract.",
        "method": "withoutReopeningCompetition",
        "type": "open"
      },
      "hasFrameworkAgreement": true
    },
    "title": "ETCS Train Driver Simulation Simulator Infrastructure and Services",
    "value": {
      "amount": 100000000,
      "amountGross": 120000000,
      "currency": "GBP"
    }
  }
}