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
| 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
Email: helen.catherall@networkrail.co.uk
Website: https://www.networkrail.co.uk/
Region: UKI45 - Lambeth
Organisation type: Public authority - central government