Tender

Independent Commercial & Procurement Assurance Services

  • Network Rail Infrastructure Ltd

F02: Contract notice

Notice identifier: 2024/S 000-018618

Procurement identifier (OCID): ocds-h6vhtk-047074

Published 17 June 2024, 2:04pm



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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=57893

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/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned 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

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

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

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 is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 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 3 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 5 years.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: 2

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

19 July 2024

Local time

2:00pm

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.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom