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
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
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
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
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.
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