Tender

CP7 Independent Reporter Framework

  • Network Rail Infrastructure Ltd

F02: Contract notice

Notice identifier: 2024/S 000-017867

Procurement identifier (OCID): ocds-h6vhtk-046ea7

Published 10 June 2024, 2:19pm



Section one: Contracting authority

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Email

Helen.Catherall@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.co.uk

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