← Back to opportunities

Supply and Overhaul of Fleet Wide Wheelsets

NETWORK RAIL INFRASTRUCTURE LIMITED

Buyer Contact Info

Buyer Name: NETWORK RAIL INFRASTRUCTURE LIMITED

Buyer Address: Waterloo General Office, London, UKI45, SE1 8SW, United Kingdom

Contact Name: Shazea Hussain

Contact Email: shazea.hussain@networkrail.co.uk

Contact Telephone: +447840725918

Status
active
Procedure
selective
Value
30900000.0 GBP
Gross: 37080000 GBP
Published
25 Jul 2025, 08:29
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
50222000 - Repair and maintenance services of rolling stock
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/043006-2025

Link Description: Tender notice on Find a Tender

Lots

Lot Title: Y25/27 & VNH1

Lot 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.

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 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.

Lot 1 Value: GBP 30,900,000

Lot 1 Value (Gross): GBP 37,080,000

Lot 1 Contract Start: 2026-04-01T00:00:00+01:00

Lot 1 Contract End: 2031-03-31T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Technical Submission (10%)

Lot 1 Award Criterion (quality): Current Capability and Capacity (13%)

Lot 1 Award Criterion (quality): Accreditation (9%)

Lot 1 Award Criterion (quality): Contract Organisation (7%)

Lot 1 Award Criterion (quality): Contract Management (7%)

Lot 1 Award Criterion (quality): Key Personnel and CVs (4%)

Lot 1 Award Criterion (quality): Sustainability / Social Value (10%)

Lot 1 Award Criterion (quality): Health and Safety (5%)

Lot 1 Award Criterion (price): Price (35%)

Lot Title: Y33 RDT MPV T2 & OLET

Lot Description: Overhaul of Y33 bogie wheelsets used in Rail Delivery Trains (RDT), Multi-Purpose Vehicles (MPV Tier 2), and OLET configurations.

Lot 2 Status: active

Lot 2 Has Options: Yes

Lot 2 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.

Lot 2 Value: GBP 30,900,000

Lot 2 Value (Gross): GBP 37,080,000

Lot 2 Contract Start: 2026-04-01T00:00:00+01:00

Lot 2 Contract End: 2031-03-31T23:59:59+01:00

Lot 2 SME Suitable: Yes

Lot 2 Award Criterion (quality): Technical Submission (10%)

Lot 2 Award Criterion (quality): Current Capability and Capacity (13%)

Lot 2 Award Criterion (quality): Accreditation (9%)

Lot 2 Award Criterion (quality): Contract Organisation (7%)

Lot 2 Award Criterion (quality): Contract Management (7%)

Lot 2 Award Criterion (quality): Key Personnel and CVs (4%)

Lot 2 Award Criterion (quality): Sustainability / Social Value (10%)

Lot 2 Award Criterion (quality): Health and Safety (5%)

Lot 2 Award Criterion (price): Price (35%)

Lot Title: MPV T1

Lot Description: Overhaul of wheelsets for Tier 1 Multi-Purpose Vehicles, including specialist configurations for infrastructure and vegetation management.

Lot 3 Status: active

Lot 3 Has Options: Yes

Lot 3 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.

Lot 3 Value: GBP 30,900,000

Lot 3 Value (Gross): GBP 37,080,000

Lot 3 Contract Start: 2026-04-01T00:00:00+01:00

Lot 3 Contract End: 2031-03-31T23:59:59+01:00

Lot 3 SME Suitable: Yes

Lot 3 Award Criterion (quality): Technical Submission (10%)

Lot 3 Award Criterion (quality): Current Capability and Capacity (13%)

Lot 3 Award Criterion (quality): Accreditation (9%)

Lot 3 Award Criterion (quality): Contract Organisation (7%)

Lot 3 Award Criterion (quality): Contract Management (7%)

Lot 3 Award Criterion (quality): Key Personnel and CVs (4%)

Lot 3 Award Criterion (quality): Sustainability / Social Value (10%)

Lot 3 Award Criterion (quality): Health and Safety (5%)

Lot 3 Award Criterion (price): Price (35%)

Lot Title: Y33 RHTT

Lot Description: Overhaul of Y33 bogie wheelsets used in Rail Head Treatment Trains (RHTT), including seasonal deployment and high-pressure cleaning units.

Lot 4 Status: active

Lot 4 Has Options: Yes

Lot 4 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.

Lot 4 Value: GBP 30,900,000

Lot 4 Value (Gross): GBP 37,080,000

Lot 4 Contract Start: 2026-04-01T00:00:00+01:00

Lot 4 Contract End: 2031-03-31T23:59:59+01:00

Lot 4 SME Suitable: Yes

Lot 4 Award Criterion (quality): Technical Submission (10%)

Lot 4 Award Criterion (quality): Current Capability and Capacity (13%)

Lot 4 Award Criterion (quality): Accreditation (9%)

Lot 4 Award Criterion (quality): Contract Organisation (7%)

Lot 4 Award Criterion (quality): Contract Management (7%)

Lot 4 Award Criterion (quality): Key Personnel and CVs (4%)

Lot 4 Award Criterion (quality): Sustainability / Social Value (10%)

Lot 4 Award Criterion (quality): Health and Safety (5%)

Lot 4 Award Criterion (price): Price (35%)

Lot Title: Mixed Wheelset Types

Lot Description: Overhaul of wheelsets for mixed and residual fleet types not covered in Lots 1–4, including legacy vehicles and variable-use assets.

Lot 5 Status: active

Lot 5 Has Options: Yes

Lot 5 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.

Lot 5 Value: GBP 30,900,000

Lot 5 Value (Gross): GBP 37,080,000

Lot 5 Contract Start: 2026-04-01T00:00:00+01:00

Lot 5 Contract End: 2031-03-31T23:59:59+01:00

Lot 5 SME Suitable: Yes

Lot 5 Award Criterion (quality): Technical Submission (10%)

Lot 5 Award Criterion (quality): Current Capability and Capacity (13%)

Lot 5 Award Criterion (quality): Accreditation (9%)

Lot 5 Award Criterion (quality): Contract Organisation (7%)

Lot 5 Award Criterion (quality): Contract Management (7%)

Lot 5 Award Criterion (quality): Key Personnel and CVs (4%)

Lot 5 Award Criterion (quality): Sustainability / Social Value (10%)

Lot 5 Award Criterion (quality): Health and Safety (5%)

Lot 5 Award Criterion (price): Price (35%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PNZN-9524-VCQJ",
    "name": "NETWORK RAIL INFRASTRUCTURE LIMITED"
  },
  "date": "2025-07-25T09:29:34+01:00",
  "id": "043006-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-056600",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SE1 8SW",
        "region": "UKI45",
        "streetAddress": "Waterloo General Office"
      },
      "contactPoint": {
        "email": "shazea.hussain@networkrail.co.uk",
        "name": "Shazea Hussain",
        "telephone": "+447840725918"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.networkrail.co.uk/"
      },
      "id": "GB-PPON-PNZN-9524-VCQJ",
      "identifier": {
        "id": "PNZN-9524-VCQJ",
        "scheme": "GB-PPON"
      },
      "name": "NETWORK RAIL INFRASTRUCTURE LIMITED",
      "roles": [
        "buyer"
      ]
    }
  ],
  "planning": {
    "noEngagementNoticeRationale": "Market engagement carried out prior to the Procurement Act under project 41539.\nNotice Number 2024/S 000-038516. Notice Reference 2024-043571"
  },
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-02-02T23:59:59+00:00"
    },
    "coveredBy": [
      "GPA",
      "CPTPP"
    ],
    "description": "This procurement is for the collection, overhaul, and delivery of approximately 2,500 wheelsets per year across Network Rail\u2019s 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.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-07-25T09:29:34+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "043006-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/043006-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-08-15T17:00:00+01:00"
    },
    "expressionOfInterestDeadline": "2025-08-22T17:00:00+01:00",
    "id": "ocds-h6vhtk-056600",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services of rolling stock",
            "id": "50222000",
            "scheme": "CPV"
          },
          {
            "description": "Repair, maintenance and associated services related to railways and other equipment",
            "id": "50220000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of locomotive wheelsets",
            "id": "50221300",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services of rolling stock",
            "id": "50222000",
            "scheme": "CPV"
          },
          {
            "description": "Repair, maintenance and associated services related to railways and other equipment",
            "id": "50220000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of locomotive wheelsets",
            "id": "50221300",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "2",
        "relatedLot": "2"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services of rolling stock",
            "id": "50222000",
            "scheme": "CPV"
          },
          {
            "description": "Repair, maintenance and associated services related to railways and other equipment",
            "id": "50220000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of locomotive wheelsets",
            "id": "50221300",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "3",
        "relatedLot": "3"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services of rolling stock",
            "id": "50222000",
            "scheme": "CPV"
          },
          {
            "description": "Repair, maintenance and associated services related to railways and other equipment",
            "id": "50220000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of locomotive wheelsets",
            "id": "50221300",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "4",
        "relatedLot": "4"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services of rolling stock",
            "id": "50222000",
            "scheme": "CPV"
          },
          {
            "description": "Repair, maintenance and associated services related to railways and other equipment",
            "id": "50220000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of locomotive wheelsets",
            "id": "50221300",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "5",
        "relatedLot": "5"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "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."
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Evaluation of methodology, delivery plan, risk management, operational readiness, and contract management.",
              "name": "Technical Submission",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of the supplier\u2019s ability to deliver overhaul services across wheelset types, including capacity, turnaround times, and operational readiness.",
              "name": "Current Capability and Capacity",
              "numbers": [
                {
                  "number": 13,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of RISAS or equivalent accreditations and assurance of compliance with Network Rail standards.",
              "name": "Accreditation",
              "numbers": [
                {
                  "number": 9,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of team structure, roles, and resource planning to support contract delivery.",
              "name": "Contract Organisation",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of contract oversight, reporting, issue resolution, and continuous improvement",
              "name": "Contract Management",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Review of qualifications and experience of key personnel proposed for the contract.",
              "name": "Key Personnel and CVs",
              "numbers": [
                {
                  "number": 4,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of environmental management, carbon reduction, circular economy, and social value initiatives.",
              "name": "Sustainability / Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of H\u0026S systems, risk controls, compliance, and safety performance.",
              "name": "Health and Safety",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of unit pricing for overhaul services based on modelled volumes.",
              "name": "Price",
              "numbers": [
                {
                  "number": 35,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-03-31T23:59:59+01:00",
          "maxExtentDate": "2034-03-31T23:59:59+01:00",
          "startDate": "2026-04-01T00:00:00+01:00"
        },
        "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.",
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "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."
        },
        "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."
        },
        "secondStage": {
          "maximumCandidates": 8,
          "minimumCandidates": 1
        },
        "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 \u0026 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 \u0026 safety. If fewer than 3 suppliers qualify, the procurement will proceed with those available.",
              "forReduction": true
            },
            {
              "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": "economic"
            },
            {
              "description": "Equivalent qualifications and standards are accepted.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Y25/27 \u0026 VNH1",
        "value": {
          "amount": 30900000,
          "amountGross": 37080000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Evaluation of methodology, delivery plan, risk management, operational readiness, and contract management.",
              "name": "Technical Submission",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of the supplier\u2019s ability to deliver overhaul services across wheelset types, including capacity, turnaround times, and operational readiness.",
              "name": "Current Capability and Capacity",
              "numbers": [
                {
                  "number": 13,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of RISAS or equivalent accreditations and assurance of compliance with Network Rail standards.",
              "name": "Accreditation",
              "numbers": [
                {
                  "number": 9,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of team structure, roles, and resource planning to support contract delivery.",
              "name": "Contract Organisation",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of contract oversight, reporting, issue resolution, and continuous improvement",
              "name": "Contract Management",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Review of qualifications and experience of key personnel proposed for the contract.",
              "name": "Key Personnel and CVs",
              "numbers": [
                {
                  "number": 4,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of environmental management, carbon reduction, circular economy, and social value initiatives.",
              "name": "Sustainability / Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of H\u0026S systems, risk controls, compliance, and safety performance.",
              "name": "Health and Safety",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of unit pricing for overhaul services based on modelled volumes.",
              "name": "Price",
              "numbers": [
                {
                  "number": 35,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-03-31T23:59:59+01:00",
          "maxExtentDate": "2034-03-31T23:59:59+01:00",
          "startDate": "2026-04-01T00:00:00+01:00"
        },
        "description": "Overhaul of Y33 bogie wheelsets used in Rail Delivery Trains (RDT), Multi-Purpose Vehicles (MPV Tier 2), and OLET configurations.",
        "hasOptions": true,
        "hasRenewal": true,
        "id": "2",
        "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."
        },
        "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."
        },
        "secondStage": {
          "maximumCandidates": 8,
          "minimumCandidates": 1
        },
        "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 \u0026 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 \u0026 safety. If fewer than 3 suppliers qualify, the procurement will proceed with those available.",
              "forReduction": true
            },
            {
              "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": "economic"
            },
            {
              "description": "Equivalent qualifications and standards are accepted.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Y33 RDT MPV T2 \u0026 OLET",
        "value": {
          "amount": 30900000,
          "amountGross": 37080000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Evaluation of methodology, delivery plan, risk management, operational readiness, and contract management.",
              "name": "Technical Submission",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of the supplier\u2019s ability to deliver overhaul services across wheelset types, including capacity, turnaround times, and operational readiness.",
              "name": "Current Capability and Capacity",
              "numbers": [
                {
                  "number": 13,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of RISAS or equivalent accreditations and assurance of compliance with Network Rail standards.",
              "name": "Accreditation",
              "numbers": [
                {
                  "number": 9,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of team structure, roles, and resource planning to support contract delivery.",
              "name": "Contract Organisation",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of contract oversight, reporting, issue resolution, and continuous improvement",
              "name": "Contract Management",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Review of qualifications and experience of key personnel proposed for the contract.",
              "name": "Key Personnel and CVs",
              "numbers": [
                {
                  "number": 4,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of environmental management, carbon reduction, circular economy, and social value initiatives.",
              "name": "Sustainability / Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of H\u0026S systems, risk controls, compliance, and safety performance.",
              "name": "Health and Safety",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of unit pricing for overhaul services based on modelled volumes.",
              "name": "Price",
              "numbers": [
                {
                  "number": 35,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-03-31T23:59:59+01:00",
          "maxExtentDate": "2034-03-31T23:59:59+01:00",
          "startDate": "2026-04-01T00:00:00+01:00"
        },
        "description": "Overhaul of wheelsets for Tier 1 Multi-Purpose Vehicles, including specialist configurations for infrastructure and vegetation management.",
        "hasOptions": true,
        "hasRenewal": true,
        "id": "3",
        "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."
        },
        "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."
        },
        "secondStage": {
          "maximumCandidates": 8,
          "minimumCandidates": 1
        },
        "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 \u0026 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 \u0026 safety. If fewer than 3 suppliers qualify, the procurement will proceed with those available.",
              "forReduction": true
            },
            {
              "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": "economic"
            },
            {
              "description": "Equivalent qualifications and standards are accepted.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "MPV T1",
        "value": {
          "amount": 30900000,
          "amountGross": 37080000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Evaluation of methodology, delivery plan, risk management, operational readiness, and contract management.",
              "name": "Technical Submission",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of the supplier\u2019s ability to deliver overhaul services across wheelset types, including capacity, turnaround times, and operational readiness.",
              "name": "Current Capability and Capacity",
              "numbers": [
                {
                  "number": 13,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of RISAS or equivalent accreditations and assurance of compliance with Network Rail standards.",
              "name": "Accreditation",
              "numbers": [
                {
                  "number": 9,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of team structure, roles, and resource planning to support contract delivery.",
              "name": "Contract Organisation",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of contract oversight, reporting, issue resolution, and continuous improvement",
              "name": "Contract Management",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Review of qualifications and experience of key personnel proposed for the contract.",
              "name": "Key Personnel and CVs",
              "numbers": [
                {
                  "number": 4,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of environmental management, carbon reduction, circular economy, and social value initiatives.",
              "name": "Sustainability / Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of H\u0026S systems, risk controls, compliance, and safety performance.",
              "name": "Health and Safety",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of unit pricing for overhaul services based on modelled volumes.",
              "name": "Price",
              "numbers": [
                {
                  "number": 35,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-03-31T23:59:59+01:00",
          "maxExtentDate": "2034-03-31T23:59:59+01:00",
          "startDate": "2026-04-01T00:00:00+01:00"
        },
        "description": "Overhaul of Y33 bogie wheelsets used in Rail Head Treatment Trains (RHTT), including seasonal deployment and high-pressure cleaning units.",
        "hasOptions": true,
        "hasRenewal": true,
        "id": "4",
        "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."
        },
        "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."
        },
        "secondStage": {
          "maximumCandidates": 8,
          "minimumCandidates": 1
        },
        "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 \u0026 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 \u0026 safety. If fewer than 3 suppliers qualify, the procurement will proceed with those available.",
              "forReduction": true
            },
            {
              "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": "economic"
            },
            {
              "description": "Equivalent qualifications and standards are accepted.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Y33 RHTT",
        "value": {
          "amount": 30900000,
          "amountGross": 37080000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Evaluation of methodology, delivery plan, risk management, operational readiness, and contract management.",
              "name": "Technical Submission",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of the supplier\u2019s ability to deliver overhaul services across wheelset types, including capacity, turnaround times, and operational readiness.",
              "name": "Current Capability and Capacity",
              "numbers": [
                {
                  "number": 13,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of RISAS or equivalent accreditations and assurance of compliance with Network Rail standards.",
              "name": "Accreditation",
              "numbers": [
                {
                  "number": 9,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of team structure, roles, and resource planning to support contract delivery.",
              "name": "Contract Organisation",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of contract oversight, reporting, issue resolution, and continuous improvement",
              "name": "Contract Management",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Review of qualifications and experience of key personnel proposed for the contract.",
              "name": "Key Personnel and CVs",
              "numbers": [
                {
                  "number": 4,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of environmental management, carbon reduction, circular economy, and social value initiatives.",
              "name": "Sustainability / Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Assessment of H\u0026S systems, risk controls, compliance, and safety performance.",
              "name": "Health and Safety",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of unit pricing for overhaul services based on modelled volumes.",
              "name": "Price",
              "numbers": [
                {
                  "number": 35,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-03-31T23:59:59+01:00",
          "maxExtentDate": "2034-03-31T23:59:59+01:00",
          "startDate": "2026-04-01T00:00:00+01:00"
        },
        "description": "Overhaul of wheelsets for mixed and residual fleet types not covered in Lots 1\u20134, including legacy vehicles and variable-use assets.",
        "hasOptions": true,
        "hasRenewal": true,
        "id": "5",
        "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."
        },
        "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."
        },
        "secondStage": {
          "maximumCandidates": 8,
          "minimumCandidates": 1
        },
        "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 \u0026 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 \u0026 safety. If fewer than 3 suppliers qualify, the procurement will proceed with those available.",
              "forReduction": true
            },
            {
              "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": "economic"
            },
            {
              "description": "Equivalent qualifications and standards are accepted.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Mixed Wheelset Types",
        "value": {
          "amount": 30900000,
          "amountGross": 37080000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "participationFees": [
      {
        "description": "N/A",
        "id": "ocds-h6vhtk-056600",
        "type": [
          "win"
        ]
      }
    ],
    "procedure": {
      "features": "This is a single-stage tender procedure, which suppliers will be invited to following a PSQ stage \u2013 PSQ (Procurement Specific Questionnaire) followed by a Tender (ITT) stage.\nThere 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.\nThe 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.\nAll Participants are required to review all tender documents for full details."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "specialRegime": [
      "utilities"
    ],
    "status": "active",
    "submissionMethodDetails": "https://networkrail.bravosolution.co.uk",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "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 (\u003e\u00a3250k) may trigger mini-competitions managed by the C\u0026P team.",
        "isOpenFrameworkScheme": true,
        "method": "withAndWithoutReopeningCompetition",
        "openFrameworkSchemeEndDate": "2034-03-31T23:59:59+01:00",
        "type": "closed"
      },
      "hasFrameworkAgreement": true
    },
    "title": "Supply and Overhaul of Fleet Wide Wheelsets",
    "value": {
      "amount": 30900000,
      "amountGross": 37080000,
      "currency": "GBP"
    }
  }
}