Contract

Award Notice Independent Commercial & Procurement Assurance Services

  • Network Rail Infrastructure Ltd

F03: Contract award notice

Notice identifier: 2025/S 000-011767

Procurement identifier (OCID): ocds-h6vhtk-047074 (view related notices)

Published 28 March 2025, 1:04pm



Section one: Contracting authority

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Email

James.Owen3@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.networkrail.co.uk

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

Award Notice Independent Commercial & Procurement Assurance Services

two.1.2) Main CPV code

  • 79418000 - Procurement consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Network Rail awarded a framework to provide independent commercial & procurement (C&P) assurance services to support the commercial & procurement assurance teams across Network Rail.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,182,722.79

two.2) Description

two.2.2) Additional CPV code(s)

  • 79200000 - Accounting, auditing and fiscal services
  • 79210000 - Accounting and auditing services
  • 79212000 - Auditing services
  • 79212200 - Internal audit services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Commercial & Procurement Assurance teams across Network Rail are responsible for the delivery of sourcing and contract management (‘SCM’) assurance activities on behalf of Network Rail’s Group Commercial and Procurement Director. SCM assurance is designed to ensure sufficient internal reviews are conducted throughout the sourcing and contract management lifecycle and that documents and decisions have received adequate oversight prior to reaching governance approval points.

Network Rail is seeking the award of two suppliers to support in undertaking independent assurance review activities on procurements with a contract value over £20m and some selected projects under £20m where there is an increased risk profile or where a region has a lower threshold for assurance

External independent assurance is required during peaks in workload and when the C&P Assurance teams do not have the capacity to deliver the services in-house. Therefore, resource is required on a flexible basis to complement the C&P Assurance team’s resource and will be required to undertake independent commercial and assurance reviews on an “as required” basis.

Assurance is required on outputs at various stages of the commercial lifecycle, including Sourcing Strategy, Pre-Qualification Questionnaire (PQQ) and Invitation to Tender documentation (ITT), evaluation and moderation records, Recommendation to Award (RTA), Contract Management Plan (CMP) including the contract mobilisation plan, Contract Variation and other Contract Management activities.

The Supplier will utilise their knowledge and experience in procurement, contract management and assurance to provide advice relating to key regulated procurement and commercial activities.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

Option to extend up to two years in one year increments

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 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

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: 2024/S 000-018618


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 March 2025

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Rowsell Wright Limited

409-411 Croydon Road

Beckenham

BR3 3PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,182,722.79


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 March 2025

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Pixel Global Limited

Unit 1 & 2, Field View Baynards Business Park

Bicester

OX27 7SG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,182,722.79


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

London

Country

United Kingdom