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