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.

Contract Notice

EV Charge Point Support & Maintenance Services

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04dbec
Published by:
Network Rail Infrastructure Ltd
Authority ID:
AA73642
Publication date:
12 March 2025
Deadline date:
14 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Network Rail is undertaking a Decarbonisation and Energy Efficiency Programme to transition towards sustainable and energy-efficient operations. This procurement is for the provision of maintenance services for Network Rail’s electric vehicle (EV) charging infrastructure, ensuring optimal uptime, operational reliability, and scalability to support the electrification of Network Rail’s fleet.

The contract covers preventive and corrective maintenance, including scheduled servicing, diagnostics, and rapid fault resolution for both AC and DC charge points. It also includes warranty management, spare parts provisioning, and seamless integration with Network Rail’s future Charge Point Management System (CPMS) for real-time monitoring, fault detection, and predictive maintenance analytics (procured separately and out of scope of this procurement).

The supplier must demonstrate multi-brand maintenance capability, as the network consists of chargers from multiple OEMs, including Schneider, Kenpower, and Rolec, alongside chargers managed by third parties such as APCOA. The network will expand from 1,000 chargers in Year 1 (currently up to 300 chargers are in operation) to approximately 8,600 chargers by Year 5, with a long-term target of 10,000 charge points.

The procurement aligns with Network Rail’s sustainability and operational strategy, ensuring a cost-effective, scalable, and high-quality maintenance framework that supports fleet electrification, decarbonisation targets, and long-term infrastructure resilience. The selected supplier must provide innovative, data-driven maintenance solutions, incorporating remote diagnostics, predictive analytics, and sustainable servicing practices to optimise performance and reduce environmental impact.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Network Rail Infrastructure Ltd

2904587

Waterloo General Offices

London

SE1 8SW

UK

E-mail: John.Weston@networkrail.co.uk

NUTS: UK

Internet address(es)

Main address: www.networkrail.co.uk

Address of the buyer profile: www.networkrail.co.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

EV Charge Point Support & Maintenance Services

II.1.2) Main CPV code

64226000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Network Rail is undertaking a Decarbonisation and Energy Efficiency Programme to transition towards sustainable and energy-efficient operations. This procurement is for the provision of maintenance services for Network Rail’s electric vehicle (EV) charging infrastructure, ensuring optimal uptime, operational reliability, and scalability to support the electrification of Network Rail’s fleet.

The contract covers preventive and corrective maintenance, including scheduled servicing, diagnostics, and rapid fault resolution for both AC and DC charge points. It also includes warranty management, spare parts provisioning, and seamless integration with Network Rail’s future Charge Point Management System (CPMS) for real-time monitoring, fault detection, and predictive maintenance analytics (procured separately and out of scope of this procurement).

The supplier must demonstrate multi-brand maintenance capability, as the network consists of chargers from multiple OEMs, including Schneider, Kenpower, and Rolec, alongside chargers managed by third parties such as APCOA. The network will expand from 1,000 chargers in Year 1 (currently up to 300 chargers are in operation) to approximately 8,600 chargers by Year 5, with a long-term target of 10,000 charge points.

The procurement aligns with Network Rail’s sustainability and operational strategy, ensuring a cost-effective, scalable, and high-quality maintenance framework that supports fleet electrification, decarbonisation targets, and long-term infrastructure resilience. The selected supplier must provide innovative, data-driven maintenance solutions, incorporating remote diagnostics, predictive analytics, and sustainable servicing practices to optimise performance and reduce environmental impact.

II.1.5) Estimated total value

Value excluding VAT: 16 400 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31158100

50232100

65300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

London

II.2.4) Description of the procurement

This procurement seeks to ensure the long-term reliability, scalability, and operational efficiency of Network Rail’s expanding EV charging infrastructure. The contract will provide preventive and corrective maintenance services to support the growth of the charging network from an estimated 1,000 chargers in Year 1 (currently operating up to 300 chargers) to 8,600 chargers by Year 5, with a projected total of 10,000 chargers by the end of the contract term.

The contract includes preventive maintenance (PM) and corrective maintenance (CM) services, covering both AC and DC chargers from multiple OEMs (e.g., Schneider, Kenpower, Rolec). Preventive maintenance will involve scheduled inspections, cleaning, calibration, firmware updates, and proactive monitoring to optimise performance and extend charger lifespan. Corrective maintenance will provide rapid fault resolution, minimising downtime in accordance with strict Service Level Agreements (SLAs). This will ensure high operational availability.

Suppliers will be required to integrate seamlessly with Network Rail’s future Charge Point Management System (CPMS), which provides real-time performance monitoring, automated fault detection, and predictive analytics capabilities. The supplier must demonstrate the ability to leverage CPMS data for proactive issue resolution, optimise maintenance schedules, and provide detailed reporting on charger performance trends and fault trends.

The scope of the contract includes:

• Comprehensive Maintenance Services: Full lifecycle support for AC and DC EV charge points, ensuring continuous and efficient operation.

• Scalable Maintenance Framework: The ability to support a rapidly growing network, expanding from 1,000 chargers in Year 1 to over 8,600 by Year 5, with a long-term projection of up to 10,000 chargers.

• Performance Management & SLAs: Compliance with strict response and resolution times for critical and non-critical faults, ensuring minimal disruption to Network Rail’s fleet operations.

• Spare Parts & Warranty Management: Effective spare parts provisioning, including warranty coordination with OEMs.

• Integration with CPMS: The supplier must align maintenance activities with real-time monitoring, fault detection, and automated reporting through Network Rail’s CPMS.

• Sustainability & Innovation: Adoption of eco-friendly maintenance practices, waste minimisation, and deployment of advanced tools such as predictive analytics and remote diagnostics to enhance operational efficiency.

• Nationwide Coverage: The supplier must provide uniform service delivery across all urban, rural, and remote locations, ensuring consistent uptime and performance across the Network Rail estate.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 16 400 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

In order to express an interest and download the procurement documentation you must register with the NR Bravo system at the address listed: https://networkrail.bravosolution.co.uk/

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.1.6) Deposits and guarantees required:

As stated in the procurement documentation.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

As stated in the procurement documentation.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the procurement documentation.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/03/2025

Local time: 14:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 23/04/2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Network Rail

London

UK

VI.5) Date of dispatch of this notice

05/02/2025

Coding

Commodity categories

ID Title Parent category
31158100 Battery chargers Chargers
65300000 Electricity distribution and related services Public utilities
50232100 Street-lighting maintenance services Maintenance services of public-lighting installations and traffic lights
64226000 Telematics services Telecommunication services except telephone and data transmission 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:
John.Weston@networkrail.co.uk
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.