Notice Information
Notice Title
Supply and Overhaul of Fleet Wide Wheelsets
Notice 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.
Lot Information
Y25/27 & VNH1
Overhaul of wheelsets for VNH1, Y25 and Y27 (Y -Series bogie types and configurations), including seasonal freight, Rail Delivery Train and infrastructure support vehicles.
Options: 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.
Renewal: 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.
Y33 RDT MPV T2 & OLETOverhaul of Y33 bogie wheelsets used in Rail Delivery Trains (RDT), Multi-Purpose Vehicles (MPV Tier 2), and OLET configurations.
Options: 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.
Renewal: 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.
MPV T1Overhaul of wheelsets for Tier 1 Multi-Purpose Vehicles, including specialist configurations for infrastructure and vegetation management.
Options: 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.
Renewal: 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.
Y33 RHTTOverhaul of Y33 bogie wheelsets used in Rail Head Treatment Trains (RHTT), including seasonal deployment and high-pressure cleaning units.
Options: 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.
Renewal: 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.
Mixed Wheelset TypesOverhaul of wheelsets for mixed and residual fleet types not covered in Lots 1-4, including legacy vehicles and variable-use assets.
Options: 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.
Renewal: 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-056600
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/043006-2025
- Current Stage
- Tender
- All Stages
- 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
50 - Repair and maintenance services
-
- CPV Codes
50220000 - Repair, maintenance and associated services related to railways and other equipment
50221300 - Repair and maintenance services of locomotive wheelsets
50222000 - Repair and maintenance services of rolling stock
Notice Value(s)
- Tender Value
- £30,900,000 £10M-£100M
- Lots Value
- £30,900,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Jul 20257 months ago
- Submission Deadline
- 15 Aug 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2031 Over 5 years
- Recurrence
- Not specified
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
- Shazea Hussain
- Contact Email
- shazea.hussain@networkrail.co.uk
- Contact Phone
- +447840725918
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/043006-2025
25th July 2025 - Tender 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-056600-2025-07-25T09:29:34+01:00",
"date": "2025-07-25T09:29:34+01:00",
"ocid": "ocds-h6vhtk-056600",
"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": "Shazea Hussain",
"email": "shazea.hussain@networkrail.co.uk",
"telephone": "+447840725918"
},
"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": {
"noEngagementNoticeRationale": "Market engagement carried out prior to the Procurement Act under project 41539. Notice Number 2024/S 000-038516. Notice Reference 2024-043571"
},
"tender": {
"id": "ocds-h6vhtk-056600",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Supply and Overhaul of Fleet Wide Wheelsets",
"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.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50222000",
"description": "Repair and maintenance services of rolling stock"
},
{
"scheme": "CPV",
"id": "50220000",
"description": "Repair, maintenance and associated services related to railways and other equipment"
},
{
"scheme": "CPV",
"id": "50221300",
"description": "Repair and maintenance services of locomotive wheelsets"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50222000",
"description": "Repair and maintenance services of rolling stock"
},
{
"scheme": "CPV",
"id": "50220000",
"description": "Repair, maintenance and associated services related to railways and other equipment"
},
{
"scheme": "CPV",
"id": "50221300",
"description": "Repair and maintenance services of locomotive wheelsets"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50222000",
"description": "Repair and maintenance services of rolling stock"
},
{
"scheme": "CPV",
"id": "50220000",
"description": "Repair, maintenance and associated services related to railways and other equipment"
},
{
"scheme": "CPV",
"id": "50221300",
"description": "Repair and maintenance services of locomotive wheelsets"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50222000",
"description": "Repair and maintenance services of rolling stock"
},
{
"scheme": "CPV",
"id": "50220000",
"description": "Repair, maintenance and associated services related to railways and other equipment"
},
{
"scheme": "CPV",
"id": "50221300",
"description": "Repair and maintenance services of locomotive wheelsets"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50222000",
"description": "Repair and maintenance services of rolling stock"
},
{
"scheme": "CPV",
"id": "50220000",
"description": "Repair, maintenance and associated services related to railways and other equipment"
},
{
"scheme": "CPV",
"id": "50221300",
"description": "Repair and maintenance services of locomotive wheelsets"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5"
}
],
"value": {
"amountGross": 37080000,
"amount": 30900000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "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."
},
"mainProcurementCategory": "services",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"coveredBy": [
"GPA",
"CPTPP"
],
"participationFees": [
{
"id": "ocds-h6vhtk-056600",
"type": [
"win"
],
"description": "N/A"
}
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"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 (>PS250k) may trigger mini-competitions managed by the C&P team.",
"openFrameworkSchemeEndDate": "2034-03-31T23:59:59+01:00"
}
},
"submissionMethodDetails": "https://networkrail.bravosolution.co.uk",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-08-22T17:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-08-15T17:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-02-02T23:59:59+00:00"
},
"lots": [
{
"id": "1",
"title": "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.",
"status": "active",
"value": {
"amountGross": 37080000,
"amount": 30900000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Submission",
"description": "Evaluation of methodology, delivery plan, risk management, operational readiness, and contract management.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Current Capability and Capacity",
"description": "Assessment of the supplier's ability to deliver overhaul services across wheelset types, including capacity, turnaround times, and operational readiness.",
"numbers": [
{
"number": 13,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Accreditation",
"description": "Evaluation of RISAS or equivalent accreditations and assurance of compliance with Network Rail standards.",
"numbers": [
{
"number": 9,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Organisation",
"description": "Assessment of team structure, roles, and resource planning to support contract delivery.",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Management",
"description": "Evaluation of contract oversight, reporting, issue resolution, and continuous improvement",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Key Personnel and CVs",
"description": "Review of qualifications and experience of key personnel proposed for the contract.",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Sustainability / Social Value",
"description": "Evaluation of environmental management, carbon reduction, circular economy, and social value initiatives.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health and Safety",
"description": "Assessment of H&S systems, risk controls, compliance, and safety performance.",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Evaluation of unit pricing for overhaul services based on modelled volumes.",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"minimumCandidates": 1,
"maximumCandidates": 8
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers will be shortlisted based on responses to the Procurement Specific Questionnaire (PSQ), which includes pass/fail and scored criteria covering financial standing, technical ability, health & safety, sustainability, and social value. The top 8 ranked suppliers will be invited to tender, subject to meeting all minimum thresholds. Tie-breakers will be applied in the order of technical score, financial standing, social value, and health & safety. If fewer than 3 suppliers qualify, the procurement will proceed with those available.",
"forReduction": true
},
{
"type": "economic",
"description": "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."
},
{
"type": "technical",
"description": "Equivalent qualifications and standards are accepted."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
},
"hasOptions": true,
"options": {
"description": "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."
}
},
{
"id": "2",
"title": "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.",
"status": "active",
"value": {
"amountGross": 37080000,
"amount": 30900000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Submission",
"description": "Evaluation of methodology, delivery plan, risk management, operational readiness, and contract management.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Current Capability and Capacity",
"description": "Assessment of the supplier's ability to deliver overhaul services across wheelset types, including capacity, turnaround times, and operational readiness.",
"numbers": [
{
"number": 13,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Accreditation",
"description": "Evaluation of RISAS or equivalent accreditations and assurance of compliance with Network Rail standards.",
"numbers": [
{
"number": 9,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Organisation",
"description": "Assessment of team structure, roles, and resource planning to support contract delivery.",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Management",
"description": "Evaluation of contract oversight, reporting, issue resolution, and continuous improvement",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Key Personnel and CVs",
"description": "Review of qualifications and experience of key personnel proposed for the contract.",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Sustainability / Social Value",
"description": "Evaluation of environmental management, carbon reduction, circular economy, and social value initiatives.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health and Safety",
"description": "Assessment of H&S systems, risk controls, compliance, and safety performance.",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Evaluation of unit pricing for overhaul services based on modelled volumes.",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"minimumCandidates": 1,
"maximumCandidates": 8
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers will be shortlisted based on responses to the Procurement Specific Questionnaire (PSQ), which includes pass/fail and scored criteria covering financial standing, technical ability, health & safety, sustainability, and social value. The top 8 ranked suppliers will be invited to tender, subject to meeting all minimum thresholds. Tie-breakers will be applied in the order of technical score, financial standing, social value, and health & safety. If fewer than 3 suppliers qualify, the procurement will proceed with those available.",
"forReduction": true
},
{
"type": "economic",
"description": "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."
},
{
"type": "technical",
"description": "Equivalent qualifications and standards are accepted."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
},
"hasOptions": true,
"options": {
"description": "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."
}
},
{
"id": "3",
"title": "MPV T1",
"description": "Overhaul of wheelsets for Tier 1 Multi-Purpose Vehicles, including specialist configurations for infrastructure and vegetation management.",
"status": "active",
"value": {
"amountGross": 37080000,
"amount": 30900000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Submission",
"description": "Evaluation of methodology, delivery plan, risk management, operational readiness, and contract management.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Current Capability and Capacity",
"description": "Assessment of the supplier's ability to deliver overhaul services across wheelset types, including capacity, turnaround times, and operational readiness.",
"numbers": [
{
"number": 13,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Accreditation",
"description": "Evaluation of RISAS or equivalent accreditations and assurance of compliance with Network Rail standards.",
"numbers": [
{
"number": 9,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Organisation",
"description": "Assessment of team structure, roles, and resource planning to support contract delivery.",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Management",
"description": "Evaluation of contract oversight, reporting, issue resolution, and continuous improvement",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Key Personnel and CVs",
"description": "Review of qualifications and experience of key personnel proposed for the contract.",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Sustainability / Social Value",
"description": "Evaluation of environmental management, carbon reduction, circular economy, and social value initiatives.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health and Safety",
"description": "Assessment of H&S systems, risk controls, compliance, and safety performance.",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Evaluation of unit pricing for overhaul services based on modelled volumes.",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"minimumCandidates": 1,
"maximumCandidates": 8
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers will be shortlisted based on responses to the Procurement Specific Questionnaire (PSQ), which includes pass/fail and scored criteria covering financial standing, technical ability, health & safety, sustainability, and social value. The top 8 ranked suppliers will be invited to tender, subject to meeting all minimum thresholds. Tie-breakers will be applied in the order of technical score, financial standing, social value, and health & safety. If fewer than 3 suppliers qualify, the procurement will proceed with those available.",
"forReduction": true
},
{
"type": "economic",
"description": "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."
},
{
"type": "technical",
"description": "Equivalent qualifications and standards are accepted."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
},
"hasOptions": true,
"options": {
"description": "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."
}
},
{
"id": "4",
"title": "Y33 RHTT",
"description": "Overhaul of Y33 bogie wheelsets used in Rail Head Treatment Trains (RHTT), including seasonal deployment and high-pressure cleaning units.",
"status": "active",
"value": {
"amountGross": 37080000,
"amount": 30900000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Submission",
"description": "Evaluation of methodology, delivery plan, risk management, operational readiness, and contract management.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Current Capability and Capacity",
"description": "Assessment of the supplier's ability to deliver overhaul services across wheelset types, including capacity, turnaround times, and operational readiness.",
"numbers": [
{
"number": 13,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Accreditation",
"description": "Evaluation of RISAS or equivalent accreditations and assurance of compliance with Network Rail standards.",
"numbers": [
{
"number": 9,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Organisation",
"description": "Assessment of team structure, roles, and resource planning to support contract delivery.",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Management",
"description": "Evaluation of contract oversight, reporting, issue resolution, and continuous improvement",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Key Personnel and CVs",
"description": "Review of qualifications and experience of key personnel proposed for the contract.",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Sustainability / Social Value",
"description": "Evaluation of environmental management, carbon reduction, circular economy, and social value initiatives.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health and Safety",
"description": "Assessment of H&S systems, risk controls, compliance, and safety performance.",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Evaluation of unit pricing for overhaul services based on modelled volumes.",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"minimumCandidates": 1,
"maximumCandidates": 8
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers will be shortlisted based on responses to the Procurement Specific Questionnaire (PSQ), which includes pass/fail and scored criteria covering financial standing, technical ability, health & safety, sustainability, and social value. The top 8 ranked suppliers will be invited to tender, subject to meeting all minimum thresholds. Tie-breakers will be applied in the order of technical score, financial standing, social value, and health & safety. If fewer than 3 suppliers qualify, the procurement will proceed with those available.",
"forReduction": true
},
{
"type": "economic",
"description": "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."
},
{
"type": "technical",
"description": "Equivalent qualifications and standards are accepted."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
},
"hasOptions": true,
"options": {
"description": "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."
}
},
{
"id": "5",
"title": "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.",
"status": "active",
"value": {
"amountGross": 37080000,
"amount": 30900000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Submission",
"description": "Evaluation of methodology, delivery plan, risk management, operational readiness, and contract management.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Current Capability and Capacity",
"description": "Assessment of the supplier's ability to deliver overhaul services across wheelset types, including capacity, turnaround times, and operational readiness.",
"numbers": [
{
"number": 13,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Accreditation",
"description": "Evaluation of RISAS or equivalent accreditations and assurance of compliance with Network Rail standards.",
"numbers": [
{
"number": 9,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Organisation",
"description": "Assessment of team structure, roles, and resource planning to support contract delivery.",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Management",
"description": "Evaluation of contract oversight, reporting, issue resolution, and continuous improvement",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Key Personnel and CVs",
"description": "Review of qualifications and experience of key personnel proposed for the contract.",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Sustainability / Social Value",
"description": "Evaluation of environmental management, carbon reduction, circular economy, and social value initiatives.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health and Safety",
"description": "Assessment of H&S systems, risk controls, compliance, and safety performance.",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Evaluation of unit pricing for overhaul services based on modelled volumes.",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"minimumCandidates": 1,
"maximumCandidates": 8
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers will be shortlisted based on responses to the Procurement Specific Questionnaire (PSQ), which includes pass/fail and scored criteria covering financial standing, technical ability, health & safety, sustainability, and social value. The top 8 ranked suppliers will be invited to tender, subject to meeting all minimum thresholds. Tie-breakers will be applied in the order of technical score, financial standing, social value, and health & safety. If fewer than 3 suppliers qualify, the procurement will proceed with those available.",
"forReduction": true
},
{
"type": "economic",
"description": "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."
},
{
"type": "technical",
"description": "Equivalent qualifications and standards are accepted."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
},
"hasOptions": true,
"options": {
"description": "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."
}
}
],
"lotDetails": {
"awardCriteriaDetails": "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."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "043006-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/043006-2025",
"datePublished": "2025-07-25T09:29:34+01:00",
"format": "text/html"
}
]
},
"language": "en"
}