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

Road Fleet Management Services

  • First published: 26 March 2025
  • Last modified: 26 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-047b34
Published by:
Network Rail Infrastructure Ltd
Authority ID:
AA73642
Publication date:
26 March 2025
Deadline date:
02 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This procurement event relates to Network Rail’s requirement for the provision of Road Fleet Management Services to oversee the management of ~11,500 vehicles which support the delivery of operational services. Services shall include (but not be limited to);

a) Fleet management services, management and maintenance of Network Rail owned and Supplier leased vehicles.

b) Lease of new vehicles Ordered by Network Rail including vehicle service, maintenance and repair (SMR) and other associated services to owned and Supplier leased vehicles. SMR will be included on a fixed cost basis for lease vehicles and on a pay on use basis for Network Rail owned vehicles during the Core Term .

c) Short term hire vehicles and fleet utilisation services.

d) Provision of an Online System scoping all vehicles on fleet including from legacy suppliers.

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

Contact person: Claudia Drake

Telephone: +44 1908781000

E-mail: Claudia.Drake@networkrail.co.uk

NUTS: UK

Internet address(es)

Main address: www.networkrail.co.uk

Address of the buyer profile: https://networkrail.bravosolution.co.uk/web/login.html

I.3) Communication

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

https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=59563


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://networkrail.bravosolution.co.uk/web/login.html


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

Road Fleet Management Services

Reference number: project_38875

II.1.2) Main CPV code

50111000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This procurement event relates to Network Rail’s requirement for the provision of Road Fleet Management Services to oversee the management of ~11,500 vehicles which support the delivery of operational services. Services shall include (but not be limited to);

a) Fleet management services, management and maintenance of Network Rail owned and Supplier leased vehicles.

b) Lease of new vehicles Ordered by Network Rail including vehicle service, maintenance and repair (SMR) and other associated services to owned and Supplier leased vehicles. SMR will be included on a fixed cost basis for lease vehicles and on a pay on use basis for Network Rail owned vehicles during the Core Term .

c) Short term hire vehicles and fleet utilisation services.

d) Provision of an Online System scoping all vehicles on fleet including from legacy suppliers.

II.1.5) Estimated total value

Value excluding VAT: 1 020 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50111100

50111110

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This procurement event relates to Network Rail’s requirement for the provision of Road Fleet Management Services to oversee the management of ~11,500 vehicles which support the delivery of operational services. Services shall include (but not be limited to);

a) Fleet management services, management and maintenance of Network Rail owned and Supplier leased vehicles.

b) Lease of new vehicles Ordered by Network Rail including vehicle service, maintenance and repair (SMR) and other associated services to owned and Supplier leased vehicles. SMR will be included on a fixed cost basis for lease vehicles and on a pay on use basis for Network Rail owned vehicles during the Core Term .

c) Short term hire vehicles and fleet utilisation services.

d) Provision of an Online System scoping all vehicles on fleet including from legacy suppliers.

Detail on the strategic objectives of the agreement are included within paragraph 2.1.7 of the specification, addressing;

- Fleet Utilisation

- Control of Costs

- Transition of fleet to zero emission

Existing leasing arrangements will continue to be financed and managed (inclusive of full SMR and tyre provision) by the legacy fleet management company until the leases expire (up to 6 years from lease commencement).

The incoming supplier, successful through this procurement, will inherit Network Rail’s owned fleet of vehicles to manage immediately, and subsequent vehicle orders will increase the supplier’s fleet size during the term of the framework, which will increase year on year as vehicles expire from legacy supplier agreements.

Full details of the requirements are contained in the published procurement documentation.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

24+24

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

The maximum value of the framework is £1.02bn, (inc. ongoing lease costs after agreement expiry) but the overall value will be in a range of between £650m and £1.02bn. This will depend on:

- Available funding through the contract duration.

- Network Rail's adoption of zero-emission vehicles during the term.

- Network Rail's intention to reduce it's leased fleet and short term hires over the term.

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.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-020640

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

Date: 02/04/2025

Local time: 12:00

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

Date: 16/06/2025

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: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with the Utilities Contract Regulations 2016, Network Rail will incorporate a minimum 10 calendar day standstill period prior to concluding the award of any framework agreement pursuant to this notice.

VI.5) Date of dispatch of this notice

21/02/2025

Coding

Commodity categories

ID Title Parent category
50111000 Fleet management, repair and maintenance services Repair and maintenance services of motor vehicles and associated equipment
50111100 Vehicle-fleet management services Fleet management, repair and maintenance services
50111110 Vehicle-fleet-support services Fleet management, repair and maintenance 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:
Claudia.Drake@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.