Tender

Provision of Services for Drugs & Alcohol Testing and Medication Advice Line

  • NETWORK RAIL INFRASTRUCTURE LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-001259

Procurement identifier (OCID): ocds-h6vhtk-05d47b (view related notices)

Published 6 January 2026, 4:03pm

Last edited 8 January 2026, 8:28am

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

An update has been made to the Procedure section, detailing that this is a Light Touch regime.

Scope

Reference

project_44607

Description

The provision of Drug and Alcohol Testing services:

Random Drug & Alcohol testing programme

For-cause and post incident/accident D&A testing

Drug & Alcohol Support programme active monitoring testing

Supply of POCT kits with Medical Review Officer (MRO) service

Test the Tester for Network Rail Occupational Health Service employee testers

Medication advice line

Total value (estimated)

  • £10,000,000 excluding VAT
  • £12,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 3 August 2026 to 19 October 2036
  • 10 years, 2 months, 17 days

Main procurement category

Services

CPV classifications

  • 38544000 - Drug detection apparatus
  • 85100000 - Health services

Contract locations

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

Network Rail is using a Procurement Specific Questionnaire (PSQ) which sets out its Conditions of Participation for this Procurement.

Candidates 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. Candidates must also confirm compliance with UK data protection law (UK GDPR) by contract award.

All 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).

Financial Capacity

Candidates must demonstrate that they have the financial capacity to perform the contract by meeting the following minimum requirements:

• Financial Health: Completion of the Network Rail Financial and Economic Standing Model and achieving a pass score in accordance with the model's criteria.

• Financial Information: Provision of financial data for the last three years, including Profit & Loss and Balance Sheet figures, to enable assessment of 10 key financial ratios.

• Parent Company Guarantee: Network Rail reserves the right to require a parent company guarantee or alternative form of security.

Please refer to the Instructions to Participants for full details.

Technical ability conditions of participation

Additional accreditations are a mandatory requirement for any succesful Candidate. Please see the Instructions to Participants for full details.

Candidates must also demonstrate the following technical capabilities to participate in this procurement in accordance with the Procurement Act 2023 including:

Social Value

Resource Management and Retention

Business Continuity

Mobilisation and Communication

Reporting

Service Overview and Delivery Model

The above technical requirements hold minimum pass marks. Please refer to the Instructions to Participants for full details

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

21 January 2026, 2:00pm

Submission type

Requests to participate

Deadline for requests to participate

3 February 2026, 12:00pm

Electronic auction will be used

Yes

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Maximum 4 suppliers

Selection criteria:

The 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 as described in the Instructions to Participants document.

It is the intention of Network Rail to select a shortlist of 4 candidates to progress to the Tender Stage.

Please refer to the Instructions to Participants for further details.

Award decision date (estimated)

30 June 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Technical Envelope

Technical Evaluation Criteria

The high level summary of the technical envelope are as follows:

Safety

Social Value - EDI, Carbon Reduction, Modern Slavery

Reporting

Service Delivery - Approach and...

Quality 70%
Commercial Envelope

Commercial Model

The commerical model will consist of 8 service lines relevant to the requirements of the specification:

Random POCT

Monitoring Call Out Charge

Test the Tester Call Out Charge

For Cause and...

Price 30%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Light touch

Competitive flexible procedure description

This procurement will be conducted under the Procurement Act 2023 using the Competitive Flexible Procedure. The process is designed to enable negotiation, by way of eAuction with shortlisted suppliers to achieve the most advantageous tender for Network Rail.

The procedure will consist of the following stages:

Participation Stage

Interested suppliers must complete a Procurement Specific Questionnaire (PSQ) to demonstrate compliance with the conditions of participation, including financial standing, technical capability, and relevant experience. Responses will be assessed against published criteria, and a shortlist of up to four suppliers will be invited to the Tender Stage.

Tender Stage

Shortlisted suppliers will be invited to submit an initial tender and participate in commercial negotiation, by way of eAuction.

Key Features of the Process

• The PSQ will be released on 7th January via Network Rail's Bravo Platform.

• PSQ briefing registration link is in the Bravo opportunity listing titled "Provision of Services for Drugs and Alcohol Testing and Medication Advice Line."

• All further communications and submissions will be managed via the Bravo Portal.

• Variant tenders will not be permitted.

• Evaluation will be based on the most advantageous tender, considering both technical and commercial criteria.

• Compliance with all pass/fail conditions is mandatory throughout the process.

Please see the Instruction to Participants document which will be released at the Participation Stage for further details of these activities.


Documents

Documents to be provided after the tender notice

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.

The documents that will be issued as part of the Tender stage to the successful participants may be either confidential in nature or be determined by Tenderers responses:

• Instruction to Participants

• Tender Stage Technical Questions Detailed Scoring Guidance

• Commercial Model

• NR Standards and Policies

• Draft T&Cs


Contracting authority

NETWORK RAIL INFRASTRUCTURE LIMITED

  • Public Procurement Organisation Number: PNZN-9524-VCQJ

Waterloo General Office

London

SE1 8SW

United Kingdom

Region: UKI45 - Lambeth

Organisation type: Public authority - central government