Section one: Contracting authority
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Telephone
+44 1908781000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main 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
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