Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Contact
Claudia Drake
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
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.