Tender

Provision of Fire Risk Assessment for Network Rail, Transport for Wales and Great Western Railway

  • NETWORK RAIL INFRASTRUCTURE LIMITED

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

Notice identifier: 2025/S 000-073942

Procurement identifier (OCID): ocds-h6vhtk-05473a (view related notices)

Published 14 November 2025, 12:24pm



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

This table contains award criteria for this lot
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


Contact organisation

Contact NETWORK RAIL INFRASTRUCTURE LIMITED for any enquiries.