Scope
Description
To provide fire risk assessments or reviews as directed at specified locations. The contractor(s) will provide where requested, fire engineering support, guidance and direction for both projects and actions, which may include Landlord Consents, Project Site Visits, Project Plan review, but not limited to those.
Fire training for persons who are responsible for sites will be provided under the appropriate lot where required meeting legislation, site requirements and use of current systems to support those requiring the training.
Contractors will also carry out, where required, assessments for Dangerous Substances and Explosive Atmospheres in accordance with current regulations and, where applicable, company policies or requirements. These should be carried out at the same time as any other assessments to reduce the number of times required to visit sites and mitigate duplication.
Contractors may be required to either interface via API or manually to client systems to add actions from any assessments which are undertaken or provide data in a set format.
All Assessments are to be based on the Risk Base platform for record keeping and provide access to all clients where required.
1. Conduct fire risk assessments or reviews at specified locations as directed.
2. Provide fire engineering support, guidance, and direction for projects and actions, including, but not limited to, Landlord Consents, Project Site Visits, and Project Plan review.
3. Offer fire training for site-responsible personnel as required under the appropriate lot to meet legislation, site requirements, and current system usage.
4. Perform assessments for Dangerous Substances and Explosive Atmospheres according to current regulations, company policies, or requirements, concurrently with other assessments to minimize site visits and reduce duplication.
5. Interface via API or manually with client systems to add actions from assessments undertaken or provide data in a set format.
6. Base all assessments on the Risk Base platform for record keeping and provide access to clients where needed.
Commercial tool
Establishes a framework
Total value (estimated)
- £2,800,829 excluding VAT
- £3,360,995 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2029
- Possible extension to 31 March 2031
- 5 years
Description of possible extension:
1+1
Main procurement category
Services
CPV classifications
- 75251110 - Fire-prevention services
Contract locations
- UK - United Kingdom
Lot 1. Fire Risk Assessments - Non-Critical Locations
Description
Occupied (staffed) and unoccupied (unstaffed) locations such as, depots, offices, small stations
Lot value (estimated)
- £2,800,829 excluding VAT
- £3,360,995 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Fire Risk Assessments - Critical Locations
Description
Key locations such as, larger stations and other premises as designated by respective companies
Lot value (estimated)
- £2,800,829 excluding VAT
- £3,360,995 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Fire Strategy
Description
Railway stations and premises, while aligning with standards like BS 8644-1 and incorporating lessons from the Grenfell Inquiry to ensure safe design, operation, and emergency preparedness. This will also need to align for NR locations with NRs 6-step procedures
Lot value (estimated)
- £2,800,829 excluding VAT
- £3,360,995 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. Fire Engineering Support
Description
Fire engineering guidance for projects by a chartered fire engineer to assess and design bespoke fire strategies—especially for complex or non-standard buildings—ensuring compliance with legislation, enhancing safety outcomes, and enabling efficient, risk-informed solutions beyond prescriptive standards.
Lot value (estimated)
- £2,800,829 excluding VAT
- £3,360,995 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 5. Fire Training
Description
This lot involves training for fire risk assessors ahead of expected legislation changes. External companies currently cover this training
Lot value (estimated)
- £2,800,829 excluding VAT
- £3,360,995 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 6. DESEAR
Description
Where required outside a normal fire risk assessment, DSEAR (Dangerous Substances and Explosive Atmospheres Regulations) risk assessment is a structured process to identify, evaluate, and control risks from flammable substances or explosive atmospheres in the workplace, ensuring compliance with legal duties and implementing safe systems of work to protect people, property, and operation.
Lot value (estimated)
- £2,800,829 excluding VAT
- £3,360,995 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 7. Tunnels
Description
To undertake risk assessment on tunnels using the NR Technical Authority approved tool. Any bidders in this lot will need to have been approved by the TA on the use prior to bidding and have a chartered fire engineer in place to support.
Lot value (estimated)
- £2,800,829 excluding VAT
- £3,360,995 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 8. GWR Fire Risk
Description
Fire Risk Assessments (Non-Critical), Fire Risk Assessments (Critical), Fire Engineering Support & Fire Training (Great Western Railway)
Lot value (estimated)
- £2,800,829 excluding VAT
- £3,360,995 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
15
Maximum percentage fee charged to suppliers
0%
Justification for framework term over 8 years
Not Applicable
Framework operation description
The framework will operate under a schedule of rates. The schedule of rates will be used to determine the cost of an annual work bank. For the commercial evaluation of the framework each bidder will provide a range of costs within a pricing document which will then create a total cost to be used in evaluation, howver all this will be confirmed at tender stage.
Lot 1-7 = Two suppliers will be awarded
Lot 8 - One supplier will be awarded
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Technical ability conditions of participation
Lot 7. Tunnels
Any bidders in this lot will need to have been approved by the TA on the use prior to bidding and have a chartered fire engineer in place to support.
Particular suitability
Lot 1. Fire Risk Assessments - Non-Critical Locations
Lot 2. Fire Risk Assessments - Critical Locations
Lot 3. Fire Strategy
Lot 4. Fire Engineering Support
Lot 5. Fire Training
Lot 6. DESEAR
Lot 7. Tunnels
Lot 8. GWR Fire Risk
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
5 December 2025, 5:00pm
Submission type
Requests to participate
Deadline for requests to participate
12 December 2025, 3:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 April 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Technical | Technical - 20 Lot specific technical- 20 Safety - 10 Social Value - 5 Innovation - 5 |
Quality | 70% |
| Commercial | Commercial & Pricing Evaluation |
Price | 30% |
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
Network Rail will carry out a conditions of participation stage (requiring completion of a procurement specific questionnaire) followed by a multi- stage tender process consisting of 2 stages down selecting each stage as follows:
Stage 1 - PSQ - Technical - 100% Weighting - Top 4 Consultants to Progress
Stage 2 - ITT - Technical 70% - Commercial 30% - No. Consultants awarded - Lot 1 - 7 2 Consultants - Lot 8 - 1 Consultants
Documents
Documents to be provided after the tender notice
Bravo Project Reference - project_43276 - #39398 - Wales & Western Fire Risk Framework
PQQ: pqq_3803 - Wales and Western Fire Risk Services
Contracting authority
NETWORK RAIL INFRASTRUCTURE LIMITED
- Public Procurement Organisation Number: PNZN-9524-VCQJ
Waterloo General Office
London
SE1 8SW
United Kingdom
Contact name: Temi Phillips
Email: temi.phillips@networkrail.co.uk
Website: https://www.networkrail.co.uk/
Region: UKI45 - Lambeth
Organisation type: Public authority - central government
Other organisations
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
First Greater Western Limited
Summary of their role in this procurement: GWR will participate as collaborative partners throughout the tender process, contributing to the development of the specification, evaluation of submissions, and subsequent contract management activities.
- Public Procurement Organisation Number: PXVG-2764-GZCQ
Milford House, 1 Milford Street,
Swindon
SN1 1HL
United Kingdom
Contact name: Muberra Bushell
Email: Muberra.Bushell@gwr.com
Region: UKK14 - Swindon
Transport for Wales (Group)
Summary of their role in this procurement: TfW will participate as collaborative partners throughout the tender process, contributing to the development of the specification, evaluation of submissions, and subsequent contract management activities.
- Public Procurement Organisation Number: PPHD-4211-XYXJ
3 Llys Cadwyn, Pontypridd
Rhondda Cynon Taff
CF37 4TH
United Kingdom
Contact name: Edward Jones
Email: Edward.Jones@tfw.wales
Region: UKL15 - Central Valleys