Tender

Road Fleet Management Services

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice identifier: 2025/S 000-006898

Procurement identifier (OCID): ocds-h6vhtk-047b34

Published 21 February 2025, 3:17pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Contact

Claudia Drake

Email

Claudia.Drake@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

2904587

Internet address(es)

Main address

www.networkrail.co.uk

Buyer's address

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

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Road Fleet Management Services

Reference number

project_38875

two.1.2) Main CPV code

  • 50111000 - Fleet management, repair and maintenance services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £1,020,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50111100 - Vehicle-fleet management services
  • 50111110 - Vehicle-fleet-support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

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

two.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

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Detailed requirements and scoring criteria are included within the published procurement documentation.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-020640

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

Date

2 April 2025

Local time

12:00pm

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

16 June 2025

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

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.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.