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
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