Tender

Provision of Legal Services

  • NETWORK RAIL INFRASTRUCTURE LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-011001

Procurement identifier (OCID): ocds-h6vhtk-04f821

Published 24 March 2025, 5:13pm



Scope

Reference

Project_40807

Description

Network Rail is procuring the supply of a full range of legal services to support the delivery of its objectives for the period from 1 April 2026 - 31st March 2031.

The Framework will be let through the following structure:

Core Lots

• Lot 1 - Legal Services England and Wales

• Lot 2 - Legal Services Scotland

Specialist Lots

• Lot 3 - Rail Regulatory

• Lot 4 - Health, Safety and Environment (advice for major incidents)

• Lot 5 - Parliamentary Agents

Commercial tool

Establishes a framework

Total value (estimated)

  • £215,000,000 excluding VAT
  • £258,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2031
  • Possible extension to 31 March 2033
  • 7 years

Description of possible extension:

There are two extension options each of 1 year.

Main procurement category

Services

CPV classifications

  • 79100000 - Legal services
  • 79110000 - Legal advisory and representation services
  • 79111000 - Legal advisory services
  • 79112000 - Legal representation services
  • 79112100 - Stakeholders representation services
  • 79130000 - Legal documentation and certification services
  • 79131000 - Documentation services
  • 79132000 - Certification services
  • 79132100 - Electronic signature certification services
  • 79140000 - Legal advisory and information services

Not the same for all lots

Contract locations are shown in Lot sections, because they are not the same for all lots.


Lot 1. Legal Services England & Wales

Description

Lot 1 - England and Wales. Please see Instructions to Participants for further detail within Bravo.

Lot value (estimated)

  • £174,500,000 excluding VAT
  • £208,800,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKC - North East (England)
  • UKD - North West (England)
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKL - Wales

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Legal Services - Scotland

Description

Lot 2 - Scotland. Please see Instructions to Participants for further detail within Bravo.

Lot value (estimated)

  • £15,000,000 excluding VAT
  • £18,000,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKM - Scotland

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Rail Regulatory

Description

Lot 3 - Rail Regulatory Services. Please see Instructions to Participants for further detail within Bravo.

Lot value (estimated)

  • £9,000,000 excluding VAT
  • £10,800,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Health, Safety and Environment Major Incidents

Description

Lot 4 Health, Safety & Environment - Major Incidents. Please see Instructions to Participants for further detail within Bravo.

Lot value (estimated)

  • £800,000 excluding VAT
  • £9,600,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Parliamentary Agents

Description

Lot 5 - Parliamentary Agents. Please see Instructions to Participants for further detail within Bravo.

Lot value (estimated)

  • £8,500,000 excluding VAT
  • £10,200,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

Prices will be determined for direct awards through the tender process. Prices for mini-competitions will be achieved through the competition but cannot exceed the rates submitted at tender.

Property Litigation and Non-Litigation Fixed Fees will be set as per details in the Instructions to Participants.

Full details are within the Scope of Services

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

Lot 1. Legal Services England & Wales

Lot 2. Legal Services - Scotland

Lot 3. Rail Regulatory

Lot 4. Health, Safety and Environment Major Incidents

Lot 5. Parliamentary Agents

Please see PSQ for financial and insurance conditions of participation.

Technical ability conditions of participation

Lot 1. Legal Services England & Wales

Lot 2. Legal Services - Scotland

Lot 3. Rail Regulatory

Lot 4. Health, Safety and Environment Major Incidents

Lot 5. Parliamentary Agents

There are a number of qualification questions as well as technical experience questions that will be scored to determine the suppliers to be selected to tender.

Particular suitability

Lot 1. Legal Services England & Wales

Lot 2. Legal Services - Scotland

Lot 3. Rail Regulatory

Lot 4. Health, Safety and Environment Major Incidents

Lot 5. Parliamentary Agents

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

11 April 2025, 11:00am

Submission type

Requests to participate

Deadline for requests to participate

25 April 2025, 11:00am

Submission address and any special instructions

https://networkrail.bravosolution.co.uk/web/login.html

Mandatory pqq for all Lots PQQ 3652

Lot 1 PQQ 3653

Lot 2 PQQ 3670

Lot 3 PQQ 3671

Lot 4 PQQ 3672

Lot 5 PQQ 3673

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Lot 1. Legal Services England & Wales

Maximum 8 suppliers

Selection criteria:

All invited to the ITT will need to have passed the pass/fail psq questions, not be on the debarement list and will be the 8 highest scoring participants.

Lot 2. Legal Services - Scotland

Maximum 5 suppliers

Selection criteria:

All invited to the ITT will need to have passed the pass/fail psq questions, not be on the debarement list and will be the 5 highest scoring participants.

Lot 3. Rail Regulatory

Lot 4. Health, Safety and Environment Major Incidents

Maximum 5 suppliers

Selection criteria:

All invited to the ITT will need to have passed the pass/fail psq questions, not be on the debarement list and will be the 5 highest scoring participants.

Lot 5. Parliamentary Agents

Maximum 5 suppliers

Selection criteria:

All invited to the ITT will need to have passed the pass/fail psq questions, not be on the debarement list and will be the 5 highest scoring participants.

Award decision date (estimated)

29 December 2025

Recurring procurement

Publication date of next tender notice (estimated): 31 January 2030


Award criteria

Lot 1. Legal Services England & Wales

This table contains award criteria for this lot
Name Type Weighting
Pricing Schedule Price 35%
Service Delivery Quality 15%
Team Details Quality 15%
Culture and Partnership Approach Quality 10.8%
Social Value Quality 10.2%
Innovation Quality 9%
Pricing Schedule - Property Fixed Fee Price 5%

Lot 2. Legal Services - Scotland

This table contains award criteria for this lot
Name Type Weighting
Pricing Schedule Price 35%
Service Delivery Price 15%
Team Details Quality 15%
Culture and Partnership Approach Quality 10.8%
Social Value Quality 10.2%
Innovation Quality 9%
Pricing Schedule - Property Fixed Fees Price 5%

Lot 3. Rail Regulatory

This table contains award criteria for this lot
Name Type Weighting
Pricing Schedule Price 35%
Service Delivery Quality 15%
Team Details Price 15%
Culture and Partnership Approach Quality 10.8%
Social Value Quality 10.2%
Innovation Quality 9%
Pricing Schedule - Property Fixed Fees Price 5%

Lot 4. Health, Safety and Environment Major Incidents

Lot 5. Parliamentary Agents

This table contains award criteria for this lot
Name Type Weighting
Pricing Schedule Price 40%
Service Delivery Quality 15%
Team Details Quality 15%
Culture and Partnership Approach Quality 10.8%
Social Value Quality 10.2%
Innovation Quality 9%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Light touch

Competitive flexible procedure description

A procurement specific questionnaire will be issued with up to 8 participants invited for Lot 1 to ITT and 5 for Lots 2, 3, 4 & 5.

All invited to the ITT will need to have passed the pass/fail psq questions, not be on the debarement list and will be the highest scoring participants. These participants will then be invited to the ITT. The ITT will comprise of a written submission and presentations.

The four highest scoring suppliers at ITT will be appointed to the Lot 1 framework and the two highest scoring suppliers will be appointed to Lot 2, 3, 4 & 5.


Documents

Associated tender documents

Legal Services Instructions to Participants - FINAL.pdf


Contracting authority

NETWORK RAIL INFRASTRUCTURE LIMITED

  • Public Procurement Organisation Number: PNZN-9524-VCQJ

Waterloo General Office

London

SE1 8SW

United Kingdom

Contact name: Fiona Matthews

Email: fiona.matthews@networkrail.co.uk

Website: https://www.networkrail.co.uk/

Region: UKI45 - Lambeth

Organisation type: Public authority - sub-central government