Tender

Provision of Services for Drugs & Alcohol Testing and Medication Advice Line

NETWORK RAIL INFRASTRUCTURE LIMITED

This public procurement record has 4 releases in its history.

TenderUpdate

08 Jan 2026 at 08:28

Tender

06 Jan 2026 at 16:03

Planning

29 Oct 2025 at 11:49

Planning

27 Oct 2025 at 15:52

Summary of the contracting process

Network Rail Infrastructure Limited, based in London, United Kingdom, is actively seeking suppliers for its "Provision of Services for Drugs & Alcohol Testing and Medication Advice Line" contract. This procurement is categorised under health services, specifically targeting the provision of drug detection apparatus and support services. The procurement process is currently at the tender stage, utilising a competitive flexible procedure. Key milestones include the release of a Procurement Specific Questionnaire (PSQ) on 7th January 2026, with expressions of interest due by 3rd February 2026. The enquiry period ends on 21st January 2026, and the contract award is anticipated to conclude by the end of June 2026. The delivery is expected across the UK, with a total contract value estimated at £10 million, rising to a gross value of £12 million.

This tender represents a significant opportunity for businesses specialising in health services, particularly those experienced in drug and alcohol testing and advice. The competitive flexible procedure allows for negotiation, ideal for businesses capable of meeting technical and financial capabilities as detailed in the PSQ. The opportunity is especially beneficial for SMEs and VCSEs that demonstrate strong credentials in safety, social value, and resource management. By participating, businesses can gain a foothold in providing essential health services to a central government public authority, fostering growth and enhancing their portfolio in public sector projects. The opportunity to engage in an eAuction for commercial negotiation further offers competitive businesses the chance to secure advantageous terms with Network Rail.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Services for Drugs & Alcohol Testing and Medication Advice Line

Notice Description

The provision of Drug and Alcohol Testing services: Random Drug & Alcohol testing programme For-cause and post incident/accident D&A testing Drug & Alcohol Support programme active monitoring testing Supply of POCT kits with Medical Review Officer (MRO) service Test the Tester for Network Rail Occupational Health Service employee testers Medication advice line

Planning Information

The purpose of this PME is to: • Engage with the supply market and understand the level of interest in bidding for this potential future opportunity; • Allow suppliers who are interested in any potential future tender activity relating to this requirement, to be aware of the procurement platform that will be used, and provide them with the steps to complete qualification to this platform if requested (should they not have already done so); • Identify suitable suppliers available in the market; • Identify the capacity and capabilities of the suppliers available in the market; • Identify any additional services, requirements or concepts that Network Rail have not considered – this information may then be considered to support Network Rail in developing/updating its specification for the tender opportunity; • Gain feedback on the draft specification, and other aspects of the potential strategy for this opportunity, such as suppliers preferred contract length. Please note that any content received in response to this PME will be used purely for information purposes only and will not be deemed as forming part of any proposed bid or potential future tender. The scope of services for the opportunity will be more fully described in the associated tender documents. In addition, the contract and procurement process will provide for potential transfer of either the procurement process or the resulting contract itself in the event that this is required due to the establishment of GBR, rail reform or other corporate restructuring. The Market Engagement (ME) Document can be downloaded from Network Rail's BravoNR sourcing platform via this link. https://networkrail.bravosolution.co.uk/web/login.html From the welcome screen, access the 'Current Opportunities' link, scroll down and select: Provision of Services for Drugs & Alcohol Testing and Medication Advice Line

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05d47b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001259-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
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

38 - Laboratory, optical and precision equipments (excl. glasses)

85 - Health and social work services


CPV Codes

38544000 - Drug detection apparatus

85100000 - Health services

Notice Value(s)

Tender Value
£10,000,000 £10M-£100M
Lots Value
£10,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Jan 20261 months ago
Submission Deadline
21 Jan 2026Expired
Future Notice Date
24 Dec 2025Expired
Award Date
Not specified
Contract Period
2 Aug 2026 - 19 Oct 2036 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NETWORK RAIL INFRASTRUCTURE LIMITED
Contact Name
Not specified
Contact Email
helen.catherall@networkrail.co.uk
Contact Phone
Not specified

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-05d47b-2026-01-08T08:28:45Z",
    "date": "2026-01-08T08:28:45Z",
    "ocid": "ocds-h6vhtk-05d47b",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "068670-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/068670-2025",
                "datePublished": "2025-10-27T15:52:42Z",
                "format": "text/html"
            },
            {
                "id": "069309-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/069309-2025",
                "datePublished": "2025-10-29T11:49:06Z",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The purpose of this PME is to: * Engage with the supply market and understand the level of interest in bidding for this potential future opportunity; * Allow suppliers who are interested in any potential future tender activity relating to this requirement, to be aware of the procurement platform that will be used, and provide them with the steps to complete qualification to this platform if requested (should they not have already done so); * Identify suitable suppliers available in the market; * Identify the capacity and capabilities of the suppliers available in the market; * Identify any additional services, requirements or concepts that Network Rail have not considered - this information may then be considered to support Network Rail in developing/updating its specification for the tender opportunity; * Gain feedback on the draft specification, and other aspects of the potential strategy for this opportunity, such as suppliers preferred contract length. Please note that any content received in response to this PME will be used purely for information purposes only and will not be deemed as forming part of any proposed bid or potential future tender. The scope of services for the opportunity will be more fully described in the associated tender documents. In addition, the contract and procurement process will provide for potential transfer of either the procurement process or the resulting contract itself in the event that this is required due to the establishment of GBR, rail reform or other corporate restructuring. The Market Engagement (ME) Document can be downloaded from Network Rail's BravoNR sourcing platform via this link. https://networkrail.bravosolution.co.uk/web/login.html From the welcome screen, access the 'Current Opportunities' link, scroll down and select: Provision of Services for Drugs & Alcohol Testing and Medication Advice Line",
                "dueDate": "2025-11-07T23:59:59+00:00",
                "status": "scheduled"
            }
        ]
    },
    "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": {
                "email": "helen.catherall@networkrail.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.networkrail.co.uk/",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNZN-9524-VCQJ",
        "name": "NETWORK RAIL INFRASTRUCTURE LIMITED"
    },
    "tender": {
        "id": "project_44607",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Services for Drugs & Alcohol Testing and Medication Advice Line",
        "description": "The provision of Drug and Alcohol Testing services: Random Drug & Alcohol testing programme For-cause and post incident/accident D&A testing Drug & Alcohol Support programme active monitoring testing Supply of POCT kits with Medical Review Officer (MRO) service Test the Tester for Network Rail Occupational Health Service employee testers Medication advice line",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38544000",
                        "description": "Drug detection apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 12000000,
            "amount": 10000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-02-03T12:00:00Z",
        "awardPeriod": {
            "endDate": "2026-06-30T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 12000000,
                    "amount": 10000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2026-08-03T00:00:00+01:00",
                    "endDate": "2036-10-19T23:59:59+01:00"
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Envelope",
                            "description": "Technical Evaluation Criteria The high level summary of the technical envelope are as follows: Safety Social Value - EDI, Carbon Reduction, Modern Slavery Reporting Service Delivery - Approach and Methodology, Delivery Resourcing, Business Continuity Quality Assurance - Quality, Medication Advice Service Mobilisation and Exit - Mobilisation Plan, Exit Plan Data Protection",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Envelope",
                            "description": "Commercial Model The commerical model will consist of 8 service lines relevant to the requirements of the specification: Random POCT Monitoring Call Out Charge Test the Tester Call Out Charge For Cause and Post Incident POCT For Cause Call Out Charge (in hours) For Cause Call Out Charge (in hours) Provision of POCT Kits Medication Advice Line After evaluation of the final submissions, tenderers who have scored 50% of the overall technical weighting will be invited to an eAuction stage. Detailed information will be provided to successful tenderers following evaluation of the final submissions. Please refer to the Instructions to Participants for futher information.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical Envelope",
                            "description": "Technical Evaluation Criteria The high level summary of the technical envelope are as follows: Safety Social Value - EDI, Carbon Reduction, Modern Slavery Reporting Service Delivery - Approach and Methodology, Delivery Resourcing, Business Continuity Quality Assurance - Quality, Medication Advice Service Mobilisation and Exit - Mobilisation Plan, Exit Plan Data Protection",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Envelope",
                            "description": "Commercial Model The commerical model will consist of 8 service lines relevant to the requirements of the specification: Random POCT Monitoring Call Out Charge Test the Tester Call Out Charge For Cause and Post Incident POCT For Cause Call Out Charge (in hours) For Cause Call Out Charge (in hours) Provision of POCT Kits Medication Advice Line After evaluation of the final submissions, tenderers who have scored 50% of the overall technical weighting will be invited to an eAuction stage. Detailed information will be provided to successful tenderers following evaluation of the final submissions. Please refer to the Instructions to Participants for futher information.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Network Rail is using a Procurement Specific Questionnaire (PSQ) which sets out its Conditions of Participation for this Procurement. 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. Candidates must also confirm compliance with UK data protection law (UK GDPR) by contract award. 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). Financial Capacity Candidates must demonstrate that they have the financial capacity to perform the contract by meeting the following minimum requirements: * Financial Health: Completion of the Network Rail Financial and Economic Standing Model and achieving a pass score in accordance with the model's criteria. * Financial Information: Provision of financial data for the last three years, including Profit & Loss and Balance Sheet figures, to enable assessment of 10 key financial ratios. * Parent Company Guarantee: Network Rail reserves the right to require a parent company guarantee or alternative form of security. Please refer to the Instructions to Participants for full details."
                        },
                        {
                            "type": "technical",
                            "description": "Additional accreditations are a mandatory requirement for any succesful Candidate. Please see the Instructions to Participants for full details. Candidates must also demonstrate the following technical capabilities to participate in this procurement in accordance with the Procurement Act 2023 including: Social Value Resource Management and Retention Business Continuity Mobilisation and Communication Reporting Service Overview and Delivery Model The above technical requirements hold minimum pass marks. Please refer to the Instructions to Participants for full details"
                        },
                        {
                            "description": "The 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 as described in the Instructions to Participants document. It is the intention of Network Rail to select a shortlist of 4 candidates to progress to the Tender Stage. Please refer to the Instructions to Participants for further details.",
                            "forReduction": true
                        },
                        {
                            "type": "economic",
                            "description": "Network Rail is using a Procurement Specific Questionnaire (PSQ) which sets out its Conditions of Participation for this Procurement. 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. Candidates must also confirm compliance with UK data protection law (UK GDPR) by contract award. 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). Financial Capacity Candidates must demonstrate that they have the financial capacity to perform the contract by meeting the following minimum requirements: * Financial Health: Completion of the Network Rail Financial and Economic Standing Model and achieving a pass score in accordance with the model's criteria. * Financial Information: Provision of financial data for the last three years, including Profit & Loss and Balance Sheet figures, to enable assessment of 10 key financial ratios. * Parent Company Guarantee: Network Rail reserves the right to require a parent company guarantee or alternative form of security. Please refer to the Instructions to Participants for full details."
                        },
                        {
                            "type": "technical",
                            "description": "Additional accreditations are a mandatory requirement for any succesful Candidate. Please see the Instructions to Participants for full details. Candidates must also demonstrate the following technical capabilities to participate in this procurement in accordance with the Procurement Act 2023 including: Social Value Resource Management and Retention Business Continuity Mobilisation and Communication Reporting Service Overview and Delivery Model The above technical requirements hold minimum pass marks. Please refer to the Instructions to Participants for full details"
                        },
                        {
                            "description": "The 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 as described in the Instructions to Participants document. It is the intention of Network Rail to select a shortlist of 4 candidates to progress to the Tender Stage. Please refer to the Instructions to Participants for further details.",
                            "forReduction": true
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-12-24T23:59:59+00:00"
        },
        "procedure": {
            "features": "This procurement will be conducted under the Procurement Act 2023 using the Competitive Flexible Procedure. The process is designed to enable negotiation, by way of eAuction with shortlisted suppliers to achieve the most advantageous tender for Network Rail. The procedure will consist of the following stages: Participation Stage Interested suppliers must complete a Procurement Specific Questionnaire (PSQ) to demonstrate compliance with the conditions of participation, including financial standing, technical capability, and relevant experience. Responses will be assessed against published criteria, and a shortlist of up to four suppliers will be invited to the Tender Stage. Tender Stage Shortlisted suppliers will be invited to submit an initial tender and participate in commercial negotiation, by way of eAuction. Key Features of the Process * The PSQ will be released on 7th January via Network Rail's Bravo Platform. * PSQ briefing registration link is in the Bravo opportunity listing titled \"Provision of Services for Drugs and Alcohol Testing and Medication Advice Line.\" * All further communications and submissions will be managed via the Bravo Portal. * Variant tenders will not be permitted. * Evaluation will be based on the most advantageous tender, considering both technical and commercial criteria. * Compliance with all pass/fail conditions is mandatory throughout the process. Please see the Instruction to Participants document which will be released at the Participation Stage for further details of these activities."
        },
        "techniques": {
            "hasElectronicAuction": true
        },
        "submissionMethodDetails": "https://networkrail.bravosolution.co.uk",
        "enquiryPeriod": {
            "endDate": "2026-01-21T14:00:00Z"
        },
        "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 be issued as part of the Tender stage to the successful participants may be either confidential in nature or be determined by Tenderers responses: * Instruction to Participants * Tender Stage Technical Questions Detailed Scoring Guidance * Commercial Model * NR Standards and Policies * Draft T&Cs"
            },
            {
                "id": "000790-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/000790-2026",
                "datePublished": "2026-01-06T16:03:01Z",
                "format": "text/html"
            },
            {
                "id": "001259-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/001259-2026",
                "datePublished": "2026-01-08T08:28:45Z",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "001259-2026",
                "description": "An update has been made to the Procedure section, detailing that this is a Light Touch regime."
            }
        ]
    },
    "language": "en"
}