Contract

Maintenance and renewal of current lifts, escalators and moving walkways

  • Network Rail Infrastructure Ltd

F20: Modification notice

Notice identifier: 2026/S 000-019141

Procurement identifier (OCID): ocds-h6vhtk-02d333 (view related notices)

Published 3 March 2026, 4:00pm



Section one: Contracting authority/entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

Email

Michele.Swalens@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.networkrail.co.uk/our-work/our-routes/network-rail-high-speed/


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Maintenance and renewal of current lifts, escalators and moving walkways

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.2) Description

two.2.1) Title

Lot No

LOT 3

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement at the time of conclusion of the contract:

This requirement is for the replacement to our current Lifts, Escalators and Moving Walkways Maintenance contract across the NRHS portfolio. This

requirement will also include the CP3 refurbishment programme.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

84

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2021/S 000-019396


Section five. Award of contract/concession

Contract No

ecm_26208

Lot No

LOT 3

Title

Maintenance of Lifts, Escalators and Moving Walkways, and the CP3 Refurbishment requirements

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

23 July 2021

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

SCHINDLER LIMITED

400 Dashwood Lang Road, Bourne Business Park

Addlestone

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £6,673,484.77


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

London

WC2A 1AA

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 45000000 - Construction work

seven.1.3) Place of performance

NUTS code
  • UK - United Kingdom

seven.1.4) Description of the procurement:

This requirement is for the replacement to our current Lifts, Escalators and Moving Walkways Maintenance contract across the NRHS portfolio. This

requirement will also include relevant renewal/refurbishment programmes.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

84

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£6,673,484.77

seven.1.7) Name and address of the contractor/concessionaire

SCHINDLER LIMITED

400 Dashwood Lang Road, Bourne Business Park

London

KT15 2HJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

Network Rail (High Speed) Limited (“NRHS”) is extending the term of the existing Framework Agreement for lift, escalator and moving walkway maintenance and associated services for a period of up to two years beyond its original expiry in July 2026.

The modification does not introduce new categories of services or materially change the technical requirements, performance regime or commercial structure of the Framework Agreement. The extension provides for the continued delivery of the same maintenance and associated services over an extended period to ensure continuity of safety‑critical operations.

The Framework Agreement is intended to support the ongoing maintenance of NRHS lift, escalator and moving walkway assets, which may vary over time in line with operational requirements. The extension allows the existing contractual arrangements to continue to apply during the extended term.

Other than the extension of duration and the corresponding increase in value arising from the continued provision of the same services, no further modifications are being made. No earlier modifications are relied upon for the purposes of this notice.

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

A change of contractor is not feasible following the abandonment of the replacement procurement, which did not result in a viable contract award. No alternative supplier can therefore be appointed within the required timescales.

Introducing a new contractor on an interim basis would create unacceptable operational risks for safety‑critical assets, disruption to established maintenance regimes and the need for extensive mobilisation and transition activities across live operational stations.

A change of contractor would also result in significant inconvenience and duplication of costs, including parallel mobilisation and demobilisation costs, repeated surveys and asset data capture, training and competence assurance, and transition costs, with no corresponding benefit given the short interim duration pending re‑procurement.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £11,514,236

Total contract value after the modifications

Value excluding VAT: £20,000,000