Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Managed Stations Fire Safety Systems Maintenance

  • First published: 09 September 2025
  • Last modified: 09 September 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04fcf2
Published by:
Network Rail Infrastructure Limited
Authority ID:
AA80490
Publication date:
09 September 2025
Deadline date:
06 October 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Network Rail is seeking to appoint a single supplier to deliver comprehensive fire safety systems and Voice Alarm/Public Address (VAPA) system maintenance, reactive repairs, and installation services across 16 managed stations in England. The scope of the contract includes but not limited to:Planned Preventative Maintenance (PPM):Regular inspection, testing, servicing, and certification of all fire safety and VAPA systems, including fire alarms, detection devices, visual alarms, manual call points, aspirating smoke detection, public address equipment, amplifiers, microphones, battery backup systems, and suppression systems. The supplier will be responsible for ensuring all systems remain compliant with relevant legislation and standards.Reactive Maintenance:Rapid response to faults, breakdowns, and emergency call-outs, including fault diagnosis, repairs, and restoration of system functionality. The supplier must meet agreed service levels for response and resolution times, and provide 24/7 helpdesk support for all managed stations.Project Works:Installation, upgrade, and commissioning of new fire safety and VAPA systems, including system replacements, enhancements, and integration with existing infrastructure. The supplier will manage all aspects of project delivery, from design and procurement to installation, testing, and handover.Asset Data Management:Collection, maintenance, and reporting of asset data for all fire safety and VAPA systems, ensuring accurate records are maintained and updated on Network Rail’s Citadel system. This includes uploading maintenance and reactive records, updating system schematics, and supporting compliance audits.Compliance and Technical Assurance:Delivery of services in accordance with the Fire Safety Regulatory Reform Order (2005), Network Rail standards, and all relevant statutory and industry requirements. The supplier must hold or obtain all necessary certifications and accreditations for the systems and disciplines covered by the contract.Social Value and Workforce:The supplier is expected to support skills development and local employment through apprenticeship placements and workforce engagement, and to comply with TUPE regulations for any eligible incumbent staff.

Full notice text

Scope

Procurement reference

project_42542

Procurement description

Network Rail is seeking to appoint a single supplier to deliver comprehensive fire safety systems and Voice Alarm/Public Address (VAPA) system maintenance, reactive repairs, and installation services across 16 managed stations in England. The scope of the contract includes but not limited to:

Planned Preventative Maintenance (PPM):

Regular inspection, testing, servicing, and certification of all fire safety and VAPA systems, including fire alarms, detection devices, visual alarms, manual call points, aspirating smoke detection, public address equipment, amplifiers, microphones, battery backup systems, and suppression systems. The supplier will be responsible for ensuring all systems remain compliant with relevant legislation and standards.

Reactive Maintenance:

Rapid response to faults, breakdowns, and emergency call-outs, including fault diagnosis, repairs, and restoration of system functionality. The supplier must meet agreed service levels for response and resolution times, and provide 24/7 helpdesk support for all managed stations.

Project Works:

Installation, upgrade, and commissioning of new fire safety and VAPA systems, including system replacements, enhancements, and integration with existing infrastructure. The supplier will manage all aspects of project delivery, from design and procurement to installation, testing, and handover.

Asset Data Management:

Collection, maintenance, and reporting of asset data for all fire safety and VAPA systems, ensuring accurate records are maintained and updated on Network Rail’s Citadel system. This includes uploading maintenance and reactive records, updating system schematics, and supporting compliance audits.

Compliance and Technical Assurance:

Delivery of services in accordance with the Fire Safety Regulatory Reform Order (2005), Network Rail standards, and all relevant statutory and industry requirements. The supplier must hold or obtain all necessary certifications and accreditations for the systems and disciplines covered by the contract.

Social Value and Workforce:

The supplier is expected to support skills development and local employment through apprenticeship placements and workforce engagement, and to comply with TUPE regulations for any eligible incumbent staff.

Main category

Services

Delivery regions

  • UK - United Kingdom

Total value (estimated, excluding VAT)

18780000 GBP to 18780000GBP

Contract dates (estimated)

26 September 2026, 00:00AM to 25 September 2031, 23:59PM

Extension end date (if all the extensions are used): 25 September 2034

Contracting authority

NETWORK RAIL INFRASTRUCTURE LIMITED

Identification register:

  • GB-PPON

Address 1: Waterloo General Office

Town/City: London

Postcode: SE1 8SW

Country: United Kingdom

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

Public Procurement Organisation Number: PNZN-9524-VCQJ

NUTS code: UKI45

Contact name: Premachandran Gopinath

Email: premachandran.gopinath@networkrail.co.uk

Telephone: 0770 787 2027

Organisation type: Public authority - central government

Procedure

Procedure type

Competitive flexible procedure

Is this procurement under a special regime?

Utilities

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 50413200 - Repair and maintenance services of firefighting equipment
  • 45343000 - Fire-prevention installation works
  • 31625200 - Fire-alarm systems
  • 51700000 - Installation services of fire protection equipment
  • 45343230 - Sprinkler systems installation work
  • 31625100 - Fire-detection systems
  • 45312100 - Fire-alarm system installation work
  • 35111500 - Fire suppression system
  • 44221220 - Fire doors
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 45343100 - Fireproofing work

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

18780000 GBP Excluding VAT

22536000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

26 September 2026, 00:00AM

Contract end date (estimated)

25 September 2031, 23:59PM

Extension end date (estimated)

25 September 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The contract will run for an initial five-year term, with the option to extend annually for up to three additional years (1+1+1 structure). Extensions may be used in the following circumstances Performance-Based Extension, Continuity of Service etc.

Anticipated Breakdown of Extension Structure:

Year 1 Extension: May be exercised at the end of the initial five-year term, subject to satisfactory performance and mutual agreement.

Year 2 Extension: May be exercised at the end of the first extension year, subject to ongoing satisfactory performance.

Year 3 Extension: May be exercised at the end of the second extension year, subject to ongoing satisfactory performance.

Extensions are anticipated to be exercised annually (1+1+1 structure), but the length and timing of each extension will be at Network Rail’s sole discretion, subject to satisfactory performance, mutual agreement, and operational requirements.

Does the lot include options?

Yes

Description of options

Network Rail reserves the right to add or remove further assets including currently excluded stations and their associated systems to the contract during the term, to meet operational requirements if required.

Participation

Conditions

Economic

Conditions of participation

Detailed conditions of participation will be set out in the Instructions to Participants document, which is issued alongside the Procurement Specific Questionnaire (PSQ) and made available via the Network Rail Sourcing Platform (Bravo).

Candidates must confirm they have the legal capacity to perform the contract under the laws of England and Wales, are registered on the Central Digital Platform (CDP), and are not subject to mandatory exclusion grounds or listed on the debarment list.

All entities who are relied upon to meet the criteria are required to provide their own up-to-date core information on the Central Digital Platform (CDP).

Candidates must demonstrate that they have the financial capacity to perform the contract by meeting the following minimum requirements:

• Completion of the Network Rail Financial and Economic Standing Model and achieving a pass score in accordance with the model's criteria.

• Confirm ability to obtain required insurances.

• Confirm ability to meet other conditions of participation related but not limited to legal capacity, GDPR, environmental management, and tackling modern slavery.

Please refer to the Instructions to Participants for full details.

Conditions

Economic

Conditions of participation

Detailed conditions of participation will be set out in the Instructions to Participants document, which is issued alongside the Procurement Specific Questionnaire (PSQ) and made available via the Network Rail Sourcing Platform (Bravo).

Candidates must demonstrate the following technical capabilities to participate in this procurement in accordance with the Procurement Act 2023 including, but not limited to:

• Relevant Experience and Competence

• Technical Capability

• Health & Safety

• Information Security

• Social Value

Please refer to the Instructions to Participants for full details.

Conditions of participation

(1) Network Rail is using a Procurement Specific Questionnaire (PSQ) which sets out its conditions of participation for this Procurement. Participants must satisfy the conditions of participation in order to progress to the next stage of this Procurement.

(2) The PSQ will be available via the Bravo Portal. The PSQ has been divided into two envelopes qualification and technical.

(3) The assessment and shortlisting Process (PSQ) will involve an evaluation and a moderation process resulting in an agreed score which will be weighted according to the designated weight of the question.

(4) Participants who have successfully achieved a pass for all pass/fail questions, will have their PSQ responses ranked by reference to their total weighted score identified through the assessment process, with the highest ranked PSQ response being ranked in first place.

(5) It is Network Rail’s intention to progress Participants to the Invitation to Tender (ITT) stage provided they:

• Pass all mandatory requirements set out in the Qualification Envelope, as defined in Appendix B – Conditions of Participation Criteria; and

• Achieve a minimum score of 60.00% across the scored technical questions within the Technical Envelope;and

• Satisfy all certification and accreditation requirements, as detailed in Technical & Professional Ability – Certification/Accreditation under Appendix B – Conditions of Participation Criteria, which are assessed as mandatory pass/fail criteria within the Technical Envelope.

More detailed information is provided in the Instructions to Participants document.

Award criteria

Type: quality

Name

Technical Envelope

Description

2.1 Service Delivery & Maintenance Approach (19.76%)

2.1.1 Service Delivery Plan – 33.33%

2.1.2 Access Management in Operational Railway Environments – 33.33%

2.1.3 Maintenance Quality Assurance – 33.33%

2.2 Health, Safety & Compliance (14.24%)

2.2.1 Health and Safety Management Plan – 100.00%

2.3 Design Engineering & Quality Assurance (13.34%)

2.3.1 Programme & Milestones – 100.00%

2.4 Asset Data Management (13.34%)

2.4.1 Asset Data Collection and Management Strategy – 100.00%

2.5 Resource & Organisation Management (11.41%)

2.5.1 Organisational Structure & Key Personnel CV's – 50.00%

2.5.2 Resource Allocation Plan – 50.00%

2.6 Innovation & Continuous Improvement (5.57%)

2.6.1 Innovation and Continuous Improvement – 100.00%

2.7 Mobilisation (12.34%)

2.7.1 Mobilisation Plan and Programme – 100.00%

2.8 Social Value & Sustainability (10.00%)

2.8.1 Skills & Education – 100.00%

Weighting: 70

Weighting type: percentageExact

Type: cost

Name

Commerical Envelope

Description

Pricing

Weighting: 30

Weighting type: percentageExact

Contract terms and risks

Payment terms

Please refer to the Procurement Documents for full details.

Description of risks to contract performance

Standards, regulatory & policy change

Changes in statutory or regulatory requirements (e.g., fire safety legislation, standards for system certification), Changes to railway, safety, data protection or environmental standards, ORR/Group Standards, NR Security Assurance Framework/Vetting, or Procurement transparency requirements could impose material new obligations affecting cost/scope/timescales.

Transition to Great British Railways (GBR)

Changes in governance, reporting lines, or contract management as responsibilities shift to GBR. Potential changes to standards, policies, or priorities as GBR establishes new frameworks. Possible need for contract modification or novation to align with GBR requirements.

Submission

Expression of interest deadline

06 October 2025, 16:00PM

Enquiry deadline

01 October 2025, 16:00PM

Date of award of contract

01 May 2026, 23:59PM

Submission address and any special instructions

https://networkrail.bravosolution.co.uk.

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

26 September 2033, 23:59PM

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
44221220 Fire doors Windows, doors and related items
35111500 Fire suppression system Firefighting equipment
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
45343100 Fireproofing work Fire-prevention installation works
51700000 Installation services of fire protection equipment Installation services (except software)
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations
45343230 Sprinkler systems installation work Fire-prevention installation works

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.