Managed Stations Fire Safety Systems Maintenance
A Tender Notice
by NETWORK RAIL INFRASTRUCTURE LIMITED
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 5 year
- Value
- £19M
- Sector
- INDUSTRIAL
- Published
- 08 Sep 2025
- Delivery
- 26 Sep 2026 to 25 Sep 2031
- Deadline
- n/a
Concepts
Location
United Kingdom:
1 buyer
- Network Rail Infrastructure London
Description
Network Rail is seeking to appoint a single supplier to deliver comprehensive fire safety systems and Voice Alarm/Public Address (VAPA) system maintenance, reactive repairs, and installation services across 16 managed stations in England. The scope of the contract includes but not limited to: Planned Preventative Maintenance (PPM): Regular inspection, testing, servicing, and certification of all fire safety and VAPA systems, including fire alarms, detection devices, visual alarms, manual call points, aspirating smoke detection, public address equipment, amplifiers, microphones, battery backup systems, and suppression systems. The supplier will be responsible for ensuring all systems remain compliant with relevant legislation and standards. Reactive Maintenance: Rapid response to faults, breakdowns, and emergency call-outs, including fault diagnosis, repairs, and restoration of system functionality. The supplier must meet agreed service levels for response and resolution times, and provide 24/7 helpdesk support for all managed stations. Project Works: Installation, upgrade, and commissioning of new fire safety and VAPA systems, including system replacements, enhancements, and integration with existing infrastructure. The supplier will manage all aspects of project delivery, from design and procurement to installation, testing, and handover. Asset Data Management: Collection, maintenance, and reporting of asset data for all fire safety and VAPA systems, ensuring accurate records are maintained and updated on Network Rail’s Citadel system. This includes uploading maintenance and reactive records, updating system schematics, and supporting compliance audits. Compliance and Technical Assurance: Delivery of services in accordance with the Fire Safety Regulatory Reform Order (2005), Network Rail standards, and all relevant statutory and industry requirements. The supplier must hold or obtain all necessary certifications and accreditations for the systems and disciplines covered by the contract. Social Value and Workforce: The supplier is expected to support skills development and local employment through apprenticeship placements and workforce engagement, and to comply with TUPE regulations for any eligible incumbent staff.
Renewal Options
The contract will run for an initial five-year term, with the option to extend annually for up to three additional years (1+1+1 structure). Extensions may be used in the following circumstances Performance-Based Extension, Continuity of Service etc. Anticipated Breakdown of Extension Structure: Year 1 Extension: May be exercised at the end of the initial five-year term, subject to satisfactory performance and mutual agreement. Year 2 Extension: May be exercised at the end of the first extension year, subject to ongoing satisfactory performance. Year 3 Extension: May be exercised at the end of the second extension year, subject to ongoing satisfactory performance. Extensions are anticipated to be exercised annually (1+1+1 structure), but the length and timing of each extension will be at Network Rail’s sole discretion, subject to satisfactory performance, mutual agreement, and operational requirements.
Award Criteria
Technical Envelope | 2.1 Service Delivery & Maintenance Approach (19.76%) 2.1.1 Service Delivery Plan – 33.33% 2.1.2 Access Management in Operational Railway Environments – 33.33% 2.1.3 Maintenance Quality Assurance – 33.33% 2.2 Health, Safety & Compliance (14.24%) 2.2.1 Health and Safety Management Plan – 100.00% 2.3 Design Engineering & Quality Assurance (13.34%) 2.3.1 Programme & Milestones – 100.00% 2.4 Asset Data Management (13.34%) 2.4.1 Asset Data Collection and Management Strategy – 100.00% 2.5 Resource & Organisation Management (11.41%) 2.5.1 Organisational Structure & Key Personnel CV's – 50.00% 2.5.2 Resource Allocation Plan – 50.00% 2.6 Innovation & Continuous Improvement (5.57%) 2.6.1 Innovation and Continuous Improvement – 100.00% 2.7 Mobilisation (12.34%) 2.7.1 Mobilisation Plan and Programme – 100.00% 2.8 Social Value & Sustainability (10.00%) 2.8.1 Skills & Education – 100.00% |
Commerical Envelope | Pricing |
CPV Codes
- 50413200 - Repair and maintenance services of firefighting equipment
- 45343000 - Fire-prevention installation works
- 31625200 - Fire-alarm systems
- 51700000 - Installation services of fire protection equipment
- 45343230 - Sprinkler systems installation work
- 31625100 - Fire-detection systems
- 45312100 - Fire-alarm system installation work
- 35111500 - Fire suppression system
- 44221220 - Fire doors
- 50712000 - Repair and maintenance services of mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 45343100 - Fireproofing work
Indicators
- This is a recurring contract.
- Options are available.
- Renewals are available.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. **
Reference
- ocds-h6vhtk-04fcf2
- FTS 054751-2025