Section one: Contracting authority
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
Contact
faye.cator@networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
https://networkrail.bravosolution.co.uk/esop/toolkit/opportunity
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://networkrail.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://networkrail.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Railway Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Analysis, Design & Delivery of Leadership & Management Development
two.1.2) Main CPV code
- 80532000 - Management training services
two.1.3) Type of contract
Services
two.1.4) Short description
Network Rail are looking to procure analysis, design and delivery of a range of leadership and management training interventions which aim to build the behavioural competence and capability of the leadership and management cadre.
two.1.5) Estimated total value
Value excluding VAT: £18,148,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Category 1 - Frontline Leadership
Lot No
1
two.2.2) Additional CPV code(s)
- 80532000 - Management training services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
For each category suppliers will be expected to be capable of delivering or supplying the following services;
A. Analysis
B. Design
C. Development
D. Delivery
E. Coaching at requisite leadership level
F. Standalone Development Categories
Please refer to tender documents for further details of Frontline Leadership definition.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £7,803,640
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Category 2 - Senior Leadership
Lot No
2
two.2.2) Additional CPV code(s)
- 80532000 - Management training services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
For each category suppliers will be expected to be capable of delivering or supplying the following services;
A. Analysis
B. Design
C. Development
D. Delivery
E. Coaching at requisite leadership level
F. Standalone Development Categories
Please refer to tender documents for further details of Senior Leadership definition.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £7,077,720
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Category 3 - Executive Leadership Level
Lot No
3
two.2.2) Additional CPV code(s)
- 80532000 - Management training services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
For each category suppliers will be expected to be capable of delivering or supplying the following services;
A. Analysis
B. Design
C. Development
D. Delivery
E. Coaching at requisite leadership level
F. Standalone Development Categories
Please refer to tender documents for further details of Executive Leadership definition.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,266,640
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 15
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Framework initial term is 3 years, with optional years of 1+1
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 136-335842
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 36
six.4) Procedures for review
six.4.1) Review body
The High Court
London
Country
United Kingdom