Section one: Contracting authority
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Helen.Catherall@networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://networkrail.bravosolution.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://networkrail.bravosolution.co.uk/web/login.html
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://networkrail.bravosolution.co.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Rail Industry
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CP7 Independent Reporter Framework
two.1.2) Main CPV code
- 79200000 - Accounting, auditing and fiscal services
two.1.3) Type of contract
Services
two.1.4) Short description
NR and ORR and undertaking an Occasional joint procurement to create the CP7 The Independent Reporter Services framework, which sets the criteria for a supplier to be qualified to bid to undertake an Independent Reporter review as an Independent Reporter. When responding to the tender for the Independent Reporter Services framework, suppliers will indicate which Lots they are applying to be an Independent Reporter for.
Each Independent Reporter review will be allocated to the most appropriate Lot (as determined by ORR) and only those Independent Reporters qualified to bid for contracts under that Lot will be eligible to undertake the review.
Each lot will contain a minimum of one and a maximum of three Independent Reporters who are qualified to bid for contracts within the Lot. The lots available are:
1. Analytical Support
2. Programme, project, and cost management & consultancy
3. Asset management and engineering & environmental matters
4. Railway operations and performance management
5. Efficiency and financial reporting
Independent Reporters may be commissioned to look at any part of Network Rail’s regulated activities. It is expected all suppliers in each Lot will have the capability and expertise to undertake any work reasonably assigned to the Lot and it is a requirement this capability is retained throughout the contract period.
two.1.5) Estimated total value
Value excluding VAT: £9,800,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Analytical Support
Lot No
1
two.2.2) Additional CPV code(s)
- 72316000 - Data analysis services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
• Data quality and Governance
• Data analysis and application
• Data collection and storage
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: £1,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2025
End date
31 December 2028
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.2.14) Additional information
The initial term is for 4 years, with the option to extend for two extensions of 12 months each. For the avoidance of doubt, the value stated herein is for the full 6 years
two.2) Description
two.2.1) Title
Programme, Project, and Cost Management
Lot No
2
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
• Use of capability frameworks
• Planning and delivery of enhancement projects
• Managing change
• Programme, portfolio and stakeholder management
• Long term planning
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: £2,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2025
End date
31 December 2028
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.2.14) Additional information
The initial term is for 4 years with the option to extend for two extensions for 12 months each. For the avoidance of doubt, the value stated herein is 6 years.
two.2) Description
two.2.1) Title
Asset Management and Engineering and Environmental Matters
Lot No
3
two.2.2) Additional CPV code(s)
- 71311230 - Railway engineering services
- 71313000 - Environmental engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
• Asset stewardship capability
• Renewal and replacement of the network, including obsolescence
• Quality and capability of the network
• Performance against environmental targets and measures
• Efficiency of engineering possessions
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: £3,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2025
End date
31 December 2028
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.2.14) Additional information
The initial term is for 4 years, with the option to extend for two extensions of 12 months each. For the avoidance of doubt, the value stated herein is for the full 6 years
two.2) Description
two.2.1) Title
Railway Operations and Performance Management
Lot No
4
two.2.2) Additional CPV code(s)
- 71311230 - Railway engineering services
- 79313000 - Performance review services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
• Review of train performance against measures and targets
• Capability and quality of measuring and analysis
• Timetable processes
• Network capability assessments
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: £1,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2025
End date
31 December 2028
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.2.14) Additional information
The initial term is for 4 years, with the option to extend for two extensions of 12 months each. For the avoidance of doubt, the value stated herein is for the full 6 years
two.2) Description
two.2.1) Title
Efficiency and Financial Reporting
Lot No
5
two.2.2) Additional CPV code(s)
- 66171000 - Financial consultancy services
- 79212100 - Financial auditing services
- 79212500 - Accounting review services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
• Auditing financing accounts and regulatory measures
• Business and performance planning
• Monitoring of financial efficiencies
• Reviewing NR business plans
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: £1,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2025
End date
31 December 2028
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.2.14) Additional information
The initial term is for 4 years with the option to extend for two extensions of 12 months each. For avoidance of doubt, the value stated herein is for the full 6 years
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
5 July 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 August 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The values for each Lots are estimates. The indicative work volume per Lot is included in the tender documents, entitled "Scope of Services"
This is a zero value framework, with an estimated spend of £9.8m
six.4) Procedures for review
six.4.1) Review body
High Court
London
Country
United Kingdom