Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
2904587
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://networkrail.bravosolution.co.uk/
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/
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
EV Charge Point Management System (CPMS)
two.1.2) Main CPV code
- 64226000 - Telematics services
two.1.3) Type of contract
Services
two.1.4) Short description
Network Rail is undertaking a Decarbonisation and Energy Efficiency Programme across a wide range of built assets in all UK regions. This project is part of Network Rail’s commitment to the Government’s Road to Zero strategy, aiming to achieve zero carbon emissions through the transition to cleaner and more sustainable energy sources. The programme supports Network Rail’s overarching Environmental Sustainability Strategy, which outlines our targets to reduce carbon and energy consumption across all operations.
As one of the largest electricity consumers in the UK, Network Rail has set ambitious targets to decarbonise both traction and non-traction electricity consumption. This will be achieved, in part, through Power Purchase Agreements (PPAs) that stabilise electricity costs, provide long-term financial resilience, and directly contribute to our decarbonisation goals.
The scope of this procurement event focuses on the implementation of a Charge Point Management System (CPMS) that will underpin Network Rail’s electric vehicle (EV) infrastructure across its sites. The CPMS will play a critical role in supporting Network Rail’s sustainability objectives by ensuring the efficient management, monitoring, and optimisation of the electric vehicle charging infrastructure. This will contribute to the broader decarbonisation efforts and the transition towards energy-efficient operations.
The system to be procured must integrate seamlessly with existing infrastructure, provide real-time data on performance and usage, enable smart charging capabilities to optimise energy consumption, and support billing and payment processes. Furthermore, the CPMS must be scalable to accommodate future expansion, supporting Network Rail’s target to manage up to 10,000 charge points within the next five years.
The key objectives of the CPMS procurement include:
• Management and scalability: The system must manage an existing network of 200 charge points, with the capacity to scale to over 3,000 charge points in the first two years and up to 10,000 charge points within five years.
• Regulatory compliance: The CPMS must ensure full compliance with all relevant regulatory standards, including data security and GDPR.
• Operational efficiency: The system must include advanced features such as smart charging, dynamic load management, and predictive maintenance to optimise performance and reduce costs.
• Reporting and analytics: The CPMS must offer comprehensive reporting and analytics tools to enable data-driven decision-making and performance monitoring.
• User satisfaction: The system should feature an intuitive, user-friendly interface and be supported by robust training and ongoing technical support to ensure high user satisfaction.
• Sustainability integration: The system should support Network Rail’s sustainability goals by incorporating renewable energy sources and enabling advanced energy management features.
• Seamless roaming capabilities: The CPMS must facilitate seamless roaming, allowing users to access various charging networks and integrate with public charging infrastructure.
This procurement is key to supporting Network Rail’s environmental strategy, improving operational efficiency, and achieving long-term carbon reduction targets.
two.1.5) Estimated total value
Value excluding VAT: £8,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31158000 - Chargers
- 31158100 - Battery chargers
- 31681500 - Rechargers
- 34144900 - Electric vehicles
- 63712000 - Support services for road transport
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
London
two.2.4) Description of the procurement
Network Rail is undertaking a Decarbonisation and Energy Efficiency Programme across a wide range of built assets in all UK regions. This project is part of Network Rail’s commitment to the Government’s Road to Zero strategy, aiming to achieve zero carbon emissions through the transition to cleaner and more sustainable energy sources. The programme supports Network Rail’s overarching Environmental Sustainability Strategy, which outlines our targets to reduce carbon and energy consumption across all operations.
As one of the largest electricity consumers in the UK, Network Rail has set ambitious targets to decarbonise both traction and non-traction electricity consumption. This will be achieved, in part, through Power Purchase Agreements (PPAs) that stabilise electricity costs, provide long-term financial resilience, and directly contribute to our decarbonisation goals.
The scope of this procurement event focuses on the implementation of a Charge Point Management System (CPMS) that will underpin Network Rail’s electric vehicle (EV) infrastructure across its sites. The CPMS will play a critical role in supporting Network Rail’s sustainability objectives by ensuring the efficient management, monitoring, and optimisation of the electric vehicle charging infrastructure. This will contribute to the broader decarbonisation efforts and the transition towards energy-efficient operations.
The system to be procured must integrate seamlessly with existing infrastructure, provide real-time data on performance and usage, enable smart charging capabilities to optimise energy consumption, and support billing and payment processes. Furthermore, the CPMS must be scalable to accommodate future expansion, supporting Network Rail’s target to manage up to 10,000 charge points within the next five years.
The key objectives of the CPMS procurement include:
• Management and scalability: The system must manage an existing network of 200 charge points, with the capacity to scale to over 3,000 charge points in the first two years and up to 10,000 charge points within five years.
• Regulatory compliance: The CPMS must ensure full compliance with all relevant regulatory standards, including data security and GDPR.
• Operational efficiency: The system must include advanced features such as smart charging, dynamic load management, and predictive maintenance to optimise performance and reduce costs.
• Reporting and analytics: The CPMS must offer comprehensive reporting and analytics tools to enable data-driven decision-making and performance monitoring.
• User satisfaction: The system should feature an intuitive, user-friendly interface and be supported by robust training and ongoing technical support to ensure high user satisfaction.
• Sustainability integration: The system should support Network Rail’s sustainability goals by incorporating renewable energy sources and enabling advanced energy management features.
• Seamless roaming capabilities: The CPMS must facilitate seamless roaming, allowing users to access various charging networks and integrate with public charging infrastructure.
This procurement is key to supporting Network Rail’s environmental strategy, improving operational efficiency, and achieving long-term carbon reduction targets.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £8,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
As stated in the 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
In order to express an interest and download the procurement documentation you must register with the NR Bravo system at the address listed: https://networkrail.bravosolution.co.uk/
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
three.1.6) Deposits and guarantees required
As stated in the procurement documentation.
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
As stated in the procurement documentation.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documentation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
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.2.2) Time limit for receipt of tenders or requests to participate
Date
18 October 2024
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
25 November 2024
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Network Rail
London
Country
United Kingdom