Notice Information
Notice Title
Managed Stations Fire Safety Systems Maintenance
Notice 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.
Lot Information
Lot 1
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.
Renewal: 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.
Planning Information
The Market Engagement for the "Managed Stations Fire Safety Systems Maintenance Framework" will be conducted through the completion of a questionnaire. This questionnaire must be returned by 22nd April 2025. To access the Market Engagement submission document, please follow these steps: 1. Visit our Bravo site using the link provided below. Link to Bravo: https://networkrail.bravosolution.co.uk/web/login.html 2. On the Bravo login page, locate and select the "View Current Opportunities" option at the bottom left of the page. Find and select the link for "Managed Stations Fire Safety Systems Maintenance Framework" to access the documents available for the market engagement exercise. There is no need to log in to Bravo to access the opportunity. You can view and download the necessary documents without logging in. The instructions for returning the market engagement information are detailed within the Market Engagement document titled "Fire Systems Market Engagement v2". Please ensure you follow these instructions carefully to submit your information correctly.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04fcf2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/054751-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
35 - Security, fire-fighting, police and defence equipment
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
-
- CPV Codes
31625100 - Fire-detection systems
31625200 - Fire-alarm systems
35111500 - Fire suppression system
44221220 - Fire doors
45312100 - Fire-alarm system installation work
45343000 - Fire-prevention installation works
45343100 - Fireproofing work
45343230 - Sprinkler systems installation work
50413200 - Repair and maintenance services of firefighting equipment
50711000 - Repair and maintenance services of electrical building installations
50712000 - Repair and maintenance services of mechanical building installations
51700000 - Installation services of fire protection equipment
Notice Value(s)
- Tender Value
- £18,780,000 £10M-£100M
- Lots Value
- £18,780,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Sep 20255 months ago
- Submission Deadline
- 1 Oct 2025Expired
- Future Notice Date
- 11 Jul 2025Expired
- Award Date
- Not specified
- Contract Period
- 25 Sep 2026 - 25 Sep 2031 Over 5 years
- Recurrence
- 2033-09-26
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE LIMITED
- Contact Name
- Premachandran Gopinath
- Contact Email
- premachandran.gopinath@networkrail.co.uk
- Contact Phone
- 0770 787 2027
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 8SW
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- Not specified
-
- Local Authority
- Lambeth
- Electoral Ward
- Waterloo & South Bank
- Westminster Constituency
- Vauxhall and Camberwell Green
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/054751-2025
8th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/012908-2025
3rd April 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04fcf2-2025-09-08T15:51:07+01:00",
"date": "2025-09-08T15:51:07+01:00",
"ocid": "ocds-h6vhtk-04fcf2",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PNZN-9524-VCQJ",
"name": "NETWORK RAIL INFRASTRUCTURE LIMITED",
"identifier": {
"scheme": "GB-PPON",
"id": "PNZN-9524-VCQJ"
},
"address": {
"streetAddress": "Waterloo General Office",
"locality": "London",
"postalCode": "SE1 8SW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI45"
},
"contactPoint": {
"name": "Premachandran Gopinath",
"email": "premachandran.gopinath@networkrail.co.uk",
"telephone": "0770 787 2027"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.networkrail.co.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PNZN-9524-VCQJ",
"name": "NETWORK RAIL INFRASTRUCTURE LIMITED"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "The Market Engagement for the \"Managed Stations Fire Safety Systems Maintenance Framework\" will be conducted through the completion of a questionnaire. This questionnaire must be returned by 22nd April 2025. To access the Market Engagement submission document, please follow these steps: 1. Visit our Bravo site using the link provided below. Link to Bravo: https://networkrail.bravosolution.co.uk/web/login.html 2. On the Bravo login page, locate and select the \"View Current Opportunities\" option at the bottom left of the page. Find and select the link for \"Managed Stations Fire Safety Systems Maintenance Framework\" to access the documents available for the market engagement exercise. There is no need to log in to Bravo to access the opportunity. You can view and download the necessary documents without logging in. The instructions for returning the market engagement information are detailed within the Market Engagement document titled \"Fire Systems Market Engagement v2\". Please ensure you follow these instructions carefully to submit your information correctly.",
"dueDate": "2025-04-22T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "012908-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/012908-2025",
"datePublished": "2025-04-03T16:08:21+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "project_42542",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Managed Stations Fire Safety Systems Maintenance",
"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.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
},
{
"scheme": "CPV",
"id": "45343000",
"description": "Fire-prevention installation works"
},
{
"scheme": "CPV",
"id": "31625200",
"description": "Fire-alarm systems"
},
{
"scheme": "CPV",
"id": "51700000",
"description": "Installation services of fire protection equipment"
},
{
"scheme": "CPV",
"id": "45343230",
"description": "Sprinkler systems installation work"
},
{
"scheme": "CPV",
"id": "31625100",
"description": "Fire-detection systems"
},
{
"scheme": "CPV",
"id": "45312100",
"description": "Fire-alarm system installation work"
},
{
"scheme": "CPV",
"id": "35111500",
"description": "Fire suppression system"
},
{
"scheme": "CPV",
"id": "44221220",
"description": "Fire doors"
},
{
"scheme": "CPV",
"id": "50712000",
"description": "Repair and maintenance services of mechanical building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "45343100",
"description": "Fireproofing work"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 22536000,
"amount": 18780000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-09-26T00:00:00+01:00",
"endDate": "2031-09-25T23:59:59+01:00",
"maxExtentDate": "2034-09-25T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 22536000,
"amount": 18780000,
"currency": "GBP"
},
"awardCriteria": {
"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%",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commerical Envelope",
"description": "Pricing",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "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."
},
{
"type": "technical",
"description": "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."
},
{
"description": "(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.",
"forReduction": true
}
]
},
"renewal": {
"description": "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."
},
"hasOptions": true,
"options": {
"description": "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."
}
}
],
"communication": {
"futureNoticeDate": "2025-07-11T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Network Rail is procuring a single-supplier contract for fire safety systems and Voice Alarm/Public Address (VAPA) system maintenance, reactive repairs, and installation services across 16 managed stations, using the Competitive Flexible Procedure under the Procurement Act 2023. The scope covers planned preventative maintenance, reactive fault resolution, and project works, ensuring compliance with the Fire Safety Regulatory Reform Order (2005) and safeguarding the health and safety of passengers, staff, and the public. The process is structured in three stages: 1. Procurement Specific Questionnaire (PSQ): All interested suppliers complete a PSQ to demonstrate compliance, capability, and suitability. This includes mandatory pass/fail criteria and scored technical questions. Only those meeting all mandatory requirements and achieving the minimum technical score will progress to the Invitation to Tender (ITT) stage. 2. Invitation to Tender (ITT): Shortlisted suppliers are invited to submit a full tender, including technical and commercial proposals. Tenders are evaluated using a combined quality (70%) and price (30%) model. Only fully compliant tenders meeting the minimum technical threshold will be considered for the next stage, Best and Final Offer (BaFO) stage. 3. Best and Final Offer (BaFO): The three highest-ranked tenderers (by technical score) are invited to submit a revised commercial proposal. Technical scores remain fixed from the ITT stage; only commercial submissions are updated. The contract is awarded to the tenderer with the highest combined technical and commercial score. The contract will be governed by the NEC4 Term Service Short Contract (TSSC) with Network Rail amendments, and will run for an initial five-year term, with options to extend annually for up to three years, subject to performance. All communication and submissions are managed via the Bravo Portal, ensuring transparency and auditability."
},
"coveredBy": [
"GPA",
"CPTPP"
],
"submissionMethodDetails": "https://networkrail.bravosolution.co.uk.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-10-06T16:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-10-01T16:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-05-01T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "All new documents and updates will be published via Bravo throughout the event. Where a stage is in progress, a message shall be sent to all particpants within the stage to inform them. The documents that will may be issued as part of the Tender stage to the successful participants may be either confidential in nature or be determined by Tenderers responses: * Updated Instruction to Participants * Tender Stage Technical Questions Detailed Scoring Guidance * Pricing Document * ITT - Technical Envelope Brief * Information relating to TUPE"
},
{
"id": "054751-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/054751-2025",
"datePublished": "2025-09-08T15:51:07+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2033-09-26T23:59:59+01:00"
}
]
},
"contractTerms": {
"financialTerms": "Please refer to the Procurement Documents for full details."
},
"riskDetails": "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."
},
"language": "en"
}