Tender

Supply and Overhaul of Fleet Wide Wheelsets

  • NETWORK RAIL INFRASTRUCTURE LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-043006

Procurement identifier (OCID): ocds-h6vhtk-056600

Published 25 July 2025, 9:29am



Scope

Description

This procurement is for the collection, overhaul, and delivery of approximately 2,500 wheelsets per year across Network Rail's fleet. It will be delivered under a multi-supplier, zero-value framework agreement structured into five lots based on operational groupings and technical complexity. The scope includes overhaul of wheelsets and subcomponents (e.g. axles, bearings, brake discs, gearboxes) in accordance with Network Rail technical specifications. The framework will be governed by the NR13(E) Framework Agreement and NR18(S) PO Conditions, with call-offs issued via Purchase Orders.

Commercial tool

Establishes an open framework

Total value (estimated)

  • £30,900,000 excluding VAT
  • £37,080,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2031
  • Possible extension to 31 March 2034
  • 8 years

Description of possible extension:

The framework includes two extensions: one for 2 years and one for 1 year. These may be used to maintain continuity of service, allow suppliers to deliver improvements, or align with future fleet strategies or re-procurement timelines. Extensions will be exercised based on supplier performance, operational needs, and market conditions.

Options

The right to additional purchases while the contract is valid.

The framework allows for additional purchases via call-offs throughout its term. These include direct awards to Primary or Secondary Suppliers, or RFQs among Framework Approved Suppliers if the primary options are unavailable. This ensures flexibility and continuity of supply.

Main procurement category

Services

CPV classifications

  • 50222000 - Repair and maintenance services of rolling stock
  • 50220000 - Repair, maintenance and associated services related to railways and other equipment
  • 50221300 - Repair and maintenance services of locomotive wheelsets

Contract locations

  • UK - United Kingdom

Lot constraints

Description of how multiple lots may be awarded:

A supplier may be awarded a maximum of one lot as Primary Supplier and one additional lot as Secondary Supplier. Additional lots may be awarded as Framework Approved Supplier. Role allocation will consider supplier preferences, evaluation scores, and operational requirements to ensure fair distribution and resilience.


Lot 1. Y25/27 & VNH1

Description

Overhaul of wheelsets for VNH1, Y25 and Y27 (Y -Series bogie types and configurations), including seasonal freight, Rail Delivery Train and infrastructure support vehicles.

Lot value (estimated)

  • £30,900,000 excluding VAT
  • £37,080,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 2. Y33 RDT MPV T2 & OLET

Description

Overhaul of Y33 bogie wheelsets used in Rail Delivery Trains (RDT), Multi-Purpose Vehicles (MPV Tier 2), and OLET configurations.

Lot value (estimated)

  • £30,900,000 excluding VAT
  • £37,080,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 3. MPV T1

Description

Overhaul of wheelsets for Tier 1 Multi-Purpose Vehicles, including specialist configurations for infrastructure and vegetation management.

Lot value (estimated)

  • £30,900,000 excluding VAT
  • £37,080,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 4. Y33 RHTT

Description

Overhaul of Y33 bogie wheelsets used in Rail Head Treatment Trains (RHTT), including seasonal deployment and high-pressure cleaning units.

Lot value (estimated)

  • £30,900,000 excluding VAT
  • £37,080,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 5. Mixed Wheelset Types

Description

Overhaul of wheelsets for mixed and residual fleet types not covered in Lots 1-4, including legacy vehicles and variable-use assets.

Lot value (estimated)

  • £30,900,000 excluding VAT
  • £37,080,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Framework

Open framework scheme end date (estimated)

31 March 2034

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Further information about fees

N/A

Framework operation description

The framework operates via a Commission Procedure. When the Client requires Works, it issues a Purchase Order specifying scope, technical requirements, delivery schedule, and applicable rates. Suppliers are designated as Primary, Secondary, or Framework Approved per Lot. If Primary/Secondary cannot fulfil, RFQs are issued to other approved suppliers. Pricing is based on pre-agreed rates in Schedule 2, with RFQ-based confirmation. High-value call-offs (>£250k) may trigger mini-competitions managed by the C&P team.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

Lot 1. Y25/27 & VNH1

Lot 2. Y33 RDT MPV T2 & OLET

Lot 3. MPV T1

Lot 4. Y33 RHTT

Lot 5. Mixed Wheelset Types

Insurance is not required at the point of selection but must be in place by contract award. Audited accounts are not mandatory; financial health is assessed via a model score or guarantor.

Technical ability conditions of participation

Lot 1. Y25/27 & VNH1

Lot 2. Y33 RDT MPV T2 & OLET

Lot 3. MPV T1

Lot 4. Y33 RHTT

Lot 5. Mixed Wheelset Types

Equivalent qualifications and standards are accepted.

Particular suitability

Lot 1. Y25/27 & VNH1

Lot 2. Y33 RDT MPV T2 & OLET

Lot 3. MPV T1

Lot 4. Y33 RHTT

Lot 5. Mixed Wheelset Types

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

15 August 2025, 5:00pm

Submission type

Requests to participate

Deadline for requests to participate

22 August 2025, 5:00pm

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

Lot 1. Y25/27 & VNH1

Lot 2. Y33 RDT MPV T2 & OLET

Lot 3. MPV T1

Lot 4. Y33 RHTT

Lot 5. Mixed Wheelset Types

1 to 8 suppliers per lot

Selection criteria:

per lot

Award decision date (estimated)

2 February 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Price

Evaluation of unit pricing for overhaul services based on modelled volumes.

Price 35%
Current Capability and Capacity

Assessment of the supplier's ability to deliver overhaul services across wheelset types, including capacity, turnaround times, and operational readiness.

Quality 13%
Technical Submission

Evaluation of methodology, delivery plan, risk management, operational readiness, and contract management.

Quality 10%
Sustainability / Social Value

Evaluation of environmental management, carbon reduction, circular economy, and social value initiatives.

Quality 10%
Accreditation

Evaluation of RISAS or equivalent accreditations and assurance of compliance with Network Rail standards.

Quality 9%
Contract Organisation

Assessment of team structure, roles, and resource planning to support contract delivery.

Quality 7%
Contract Management

Evaluation of contract oversight, reporting, issue resolution, and continuous improvement

Quality 7%
Health and Safety

Assessment of H&S systems, risk controls, compliance, and safety performance.

Quality 5%
Key Personnel and CVs

Review of qualifications and experience of key personnel proposed for the contract.

Quality 4%

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

Utilities

Competitive flexible procedure description

This is a single-stage tender procedure, which suppliers will be invited to following a PSQ stage - PSQ (Procurement Specific Questionnaire) followed by a Tender (ITT) stage.

There will be a PSQ for all participants, and the top 8 scoring tenderers will be invited to the Invitation to Tender (ITT) stage. Tenderers who are invited to the ITT stage will have their bids evaluated using a 65% Technical, 35% Commercial weighting.

The framework will appoint one (1) Primary Supplier and one (1) Secondary Supplier per Lot. Additional suppliers may be appointed as Framework Approved Suppliers to support resilience and continuity of service. Role allocation will be based on evaluation outcomes and operational requirements 1.

All Participants are required to review all tender documents for full details.

Justification for not publishing a preliminary market engagement notice

Market engagement carried out prior to the Procurement Act under project 41539.

Notice Number 2024/S 000-038516. Notice Reference 2024-043571


Contracting authority

NETWORK RAIL INFRASTRUCTURE LIMITED

  • Public Procurement Organisation Number: PNZN-9524-VCQJ

Waterloo General Office

London

SE1 8SW

United Kingdom

Contact name: Shazea Hussain

Telephone: +447840725918

Email: shazea.hussain@networkrail.co.uk

Website: https://www.networkrail.co.uk/

Region: UKI45 - Lambeth

Organisation type: Public authority - central government