Expand raw payload
{
"buyer": {
"id": "GB-PPON-PNZN-9524-VCQJ",
"name": "NETWORK RAIL INFRASTRUCTURE LIMITED"
},
"date": "2025-09-08T15:51:07+01:00",
"id": "054751-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-04fcf2",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SE1 8SW",
"region": "UKI45",
"streetAddress": "Waterloo General Office"
},
"contactPoint": {
"email": "premachandran.gopinath@networkrail.co.uk",
"name": "Premachandran Gopinath",
"telephone": "0770 787 2027"
},
"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": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-05-01T23:59:59+01:00"
},
"contractTerms": {
"financialTerms": "Please refer to the Procurement Documents for full details."
},
"coveredBy": [
"GPA",
"CPTPP"
],
"description": "Network Rail is seeking to appoint a single supplier to deliver comprehensive fire safety systems and Voice Alarm/Public Address (VAPA) system maintenance, reactive repairs, and installation services across 16 managed stations in England. The scope of the contract includes but not limited to:\nPlanned Preventative Maintenance (PPM):\nRegular inspection, testing, servicing, and certification of all fire safety and VAPA systems, including fire alarms, detection devices, visual alarms, manual call points, aspirating smoke detection, public address equipment, amplifiers, microphones, battery backup systems, and suppression systems. The supplier will be responsible for ensuring all systems remain compliant with relevant legislation and standards.\nReactive Maintenance:\nRapid response to faults, breakdowns, and emergency call-outs, including fault diagnosis, repairs, and restoration of system functionality. The supplier must meet agreed service levels for response and resolution times, and provide 24/7 helpdesk support for all managed stations.\nProject Works:\nInstallation, upgrade, and commissioning of new fire safety and VAPA systems, including system replacements, enhancements, and integration with existing infrastructure. The supplier will manage all aspects of project delivery, from design and procurement to installation, testing, and handover.\nAsset Data Management:\nCollection, maintenance, and reporting of asset data for all fire safety and VAPA systems, ensuring accurate records are maintained and updated on Network Rail\u2019s Citadel system. This includes uploading maintenance and reactive records, updating system schematics, and supporting compliance audits.\nCompliance and Technical Assurance:\nDelivery of services in accordance with the Fire Safety Regulatory Reform Order (2005), Network Rail standards, and all relevant statutory and industry requirements. The supplier must hold or obtain all necessary certifications and accreditations for the systems and disciplines covered by the contract.\nSocial Value and Workforce:\nThe supplier is expected to support skills development and local employment through apprenticeship placements and workforce engagement, and to comply with TUPE regulations for any eligible incumbent staff.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"accessDetails": "All new documents and updates will be published via Bravo throughout the event. Where a stage is in progress, a message shall be sent to all particpants within the stage to inform them.\nThe documents that will may be issued as part of the Tender stage to the successful participants may be either confidential in nature or be determined by Tenderers responses:\n\u2022\tUpdated Instruction to Participants\n\u2022\tTender Stage Technical Questions Detailed Scoring Guidance\n\u2022\tPricing Document\n\u2022\tITT - Technical Envelope Brief\n\u2022\tInformation relating to TUPE",
"documentType": "biddingDocuments",
"id": "future"
},
{
"datePublished": "2025-09-08T15:51:07+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "054751-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/054751-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-10-01T16:00:00+01:00"
},
"expressionOfInterestDeadline": "2025-10-06T16:00:00+01:00",
"hasRecurrence": true,
"id": "project_42542",
"items": [
{
"additionalClassifications": [
{
"description": "Repair and maintenance services of firefighting equipment",
"id": "50413200",
"scheme": "CPV"
},
{
"description": "Fire-prevention installation works",
"id": "45343000",
"scheme": "CPV"
},
{
"description": "Fire-alarm systems",
"id": "31625200",
"scheme": "CPV"
},
{
"description": "Installation services of fire protection equipment",
"id": "51700000",
"scheme": "CPV"
},
{
"description": "Sprinkler systems installation work",
"id": "45343230",
"scheme": "CPV"
},
{
"description": "Fire-detection systems",
"id": "31625100",
"scheme": "CPV"
},
{
"description": "Fire-alarm system installation work",
"id": "45312100",
"scheme": "CPV"
},
{
"description": "Fire suppression system",
"id": "35111500",
"scheme": "CPV"
},
{
"description": "Fire doors",
"id": "44221220",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services of mechanical building installations",
"id": "50712000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services of electrical building installations",
"id": "50711000",
"scheme": "CPV"
},
{
"description": "Fireproofing work",
"id": "45343100",
"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": "2.1 Service Delivery \u0026 Maintenance Approach (19.76%)\n2.1.1 Service Delivery Plan \u2013 33.33%\n2.1.2 Access Management in Operational Railway Environments \u2013 33.33%\n2.1.3 Maintenance Quality Assurance \u2013 33.33%\n2.2 Health, Safety \u0026 Compliance (14.24%)\n2.2.1 Health and Safety Management Plan \u2013 100.00%\n2.3 Design Engineering \u0026 Quality Assurance (13.34%)\n2.3.1 Programme \u0026 Milestones \u2013 100.00%\n2.4 Asset Data Management (13.34%)\n2.4.1 Asset Data Collection and Management Strategy \u2013 100.00%\n2.5 Resource \u0026 Organisation Management (11.41%)\n2.5.1 Organisational Structure \u0026 Key Personnel CV\u0027s \u2013 50.00%\n2.5.2 Resource Allocation Plan \u2013 50.00%\n2.6 Innovation \u0026 Continuous Improvement (5.57%)\n2.6.1 Innovation and Continuous Improvement \u2013 100.00%\n2.7 Mobilisation (12.34%)\n2.7.1 Mobilisation Plan and Programme \u2013 100.00%\n2.8 Social Value \u0026 Sustainability (10.00%)\n2.8.1 Skills \u0026 Education \u2013 100.00%",
"name": "Technical Envelope",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Pricing",
"name": "Commerical Envelope",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2031-09-25T23:59:59+01:00",
"maxExtentDate": "2034-09-25T23:59:59+01:00",
"startDate": "2026-09-26T00:00:00+01:00"
},
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "Network Rail reserves the right to add or remove further assets including currently excluded stations and their associated systems to the contract during the term, to meet operational requirements if required."
},
"renewal": {
"description": "The contract will run for an initial five-year term, with the option to extend annually for up to three additional years (1+1+1 structure). Extensions may be used in the following circumstances Performance-Based Extension, Continuity of Service etc.\nAnticipated Breakdown of Extension Structure:\nYear 1 Extension: May be exercised at the end of the initial five-year term, subject to satisfactory performance and mutual agreement.\nYear 2 Extension: May be exercised at the end of the first extension year, subject to ongoing satisfactory performance.\nYear 3 Extension: May be exercised at the end of the second extension year, subject to ongoing satisfactory performance.\nExtensions are anticipated to be exercised annually (1+1+1 structure), but the length and timing of each extension will be at Network Rail\u2019s sole discretion, subject to satisfactory performance, mutual agreement, and operational requirements."
},
"selectionCriteria": {
"criteria": [
{
"description": "Detailed conditions of participation will be set out in the Instructions to Participants document, which is issued alongside the Procurement Specific Questionnaire (PSQ) and made available via the Network Rail Sourcing Platform (Bravo).\nCandidates 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.\nAll 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).\nCandidates must demonstrate that they have the financial capacity to perform the contract by meeting the following minimum requirements:\n\u2022 Completion of the Network Rail Financial and Economic Standing Model and achieving a pass score in accordance with the model\u0027s criteria.\n\u2022 Confirm ability to obtain required insurances.\n\u2022 Confirm ability to meet other conditions of participation related but not limited to legal capacity, GDPR, environmental management, and tackling modern slavery.\nPlease refer to the Instructions to Participants for full details.",
"type": "economic"
},
{
"description": "Detailed conditions of participation will be set out in the Instructions to Participants document, which is issued alongside the Procurement Specific Questionnaire (PSQ) and made available via the Network Rail Sourcing Platform (Bravo).\nCandidates must demonstrate the following technical capabilities to participate in this procurement in accordance with the Procurement Act 2023 including, but not limited to:\n\u2022 Relevant Experience and Competence\n\u2022 Technical Capability\n\u2022 Health \u0026 Safety\n\u2022 Information Security\n\u2022 Social Value\nPlease refer to the Instructions to Participants for full details.",
"type": "technical"
},
{
"description": "(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.\n(2) The PSQ will be available via the Bravo Portal. The PSQ has been divided into two envelopes qualification and technical. \n(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.\n(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.\n(5) It is Network Rail\u2019s intention to progress Participants to the Invitation to Tender (ITT) stage provided they:\n\u2022 Pass all mandatory requirements set out in the Qualification Envelope, as defined in Appendix B \u2013 Conditions of Participation Criteria; and\n\u2022 Achieve a minimum score of 60.00% across the scored technical questions within the Technical Envelope;and\n\u2022 Satisfy all certification and accreditation requirements, as detailed in Technical \u0026 Professional Ability \u2013 Certification/Accreditation under Appendix B \u2013 Conditions of Participation Criteria, which are assessed as mandatory pass/fail criteria within the Technical Envelope.\nMore detailed information is provided in the Instructions to Participants document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"value": {
"amount": 18780000,
"amountGross": 22536000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "Network Rail is procuring a single-supplier contract for fire safety systems and Voice Alarm/Public Address (VAPA) system maintenance, reactive repairs, and installation services across 16 managed stations, using the Competitive Flexible Procedure under the Procurement Act 2023. \nThe scope covers planned preventative maintenance, reactive fault resolution, and project works, ensuring compliance with the Fire Safety Regulatory Reform Order (2005) and safeguarding the health and safety of passengers, staff, and the public.\nThe process is structured in three stages: \n1. Procurement Specific Questionnaire (PSQ):\nAll interested suppliers complete a PSQ to demonstrate compliance, capability, and suitability. This includes mandatory pass/fail criteria and scored technical questions. Only those meeting all mandatory requirements and achieving the minimum technical score will progress to the Invitation to Tender (ITT) stage.\n2. Invitation to Tender (ITT):\nShortlisted suppliers are invited to submit a full tender, including technical and commercial proposals. Tenders are evaluated using a combined quality (70%) and price (30%) model. Only fully compliant tenders meeting the minimum technical threshold will be considered for the next stage, Best and Final Offer (BaFO) stage.\n3. Best and Final Offer (BaFO):\nThe three highest-ranked tenderers (by technical score) are invited to submit a revised commercial proposal. Technical scores remain fixed from the ITT stage; only commercial submissions are updated. The contract is awarded to the tenderer with the highest combined technical and commercial score.\nThe contract will be governed by the NEC4 Term Service Short Contract (TSSC) with Network Rail amendments, and will run for an initial five-year term, with options to extend annually for up to three years, subject to performance. \nAll communication and submissions are managed via the Bravo Portal, ensuring transparency and auditability."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"recurrence": {
"dates": [
{
"startDate": "2033-09-26T23:59:59+01:00"
}
]
},
"riskDetails": "Standards, regulatory \u0026 policy change\nChanges in statutory or regulatory requirements (e.g., fire safety legislation, standards for system certification), Changes to railway, safety, data protection or environmental standards, ORR/Group Standards, NR Security Assurance Framework/Vetting, or Procurement transparency requirements could impose material new obligations affecting cost/scope/timescales.\nTransition to Great British Railways (GBR)\nChanges in governance, reporting lines, or contract management as responsibilities shift to GBR. Potential changes to standards, policies, or priorities as GBR establishes new frameworks. Possible need for contract modification or novation to align with GBR requirements.",
"specialRegime": [
"utilities"
],
"status": "active",
"submissionMethodDetails": "https://networkrail.bravosolution.co.uk.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"title": "Managed Stations Fire Safety Systems Maintenance",
"value": {
"amount": 18780000,
"amountGross": 22536000,
"currency": "GBP"
}
}
}