Planning

W&W CP7 Contract Management Services Framework

  • Network Rail Infrastructure Ltd

F04: Periodic indicative notice – utilities (periodic indicative notice only)

Notice identifier: 2024/S 000-021198

Procurement identifier (OCID): ocds-h6vhtk-047c85

Published 11 July 2024, 10:00am



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Email

Sarabjit.Lota@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

2904587

Internet address(es)

Main address

https://www.networkrail.co.uk/

Buyer's address

https://networkrail.bravosolution.co.uk/web/login.html

one.3) Communication

Additional information can be obtained from 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/web/login.html

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

W&W CP7 Contract Management Services Framework

Reference number

Bravo 39870

two.1.2) Main CPV code

  • 79410000 - Business and management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Network Rail Wales & Western region is seeking to procure a new framework which replaces its existing commercial services framework.

The new Contract Management Services framework is proposed to operate with 2 suppliers, one for each lot as outlined below.

Lot 1 Portfolio Supplier would cover multi-discipline services for all aspects of pre & post commercial, project management, programme controls, planning, and risk disciplines.

Lot 2 Specialist Supplier would cover, but not limited to, claims management, forensic investigation & analysis, and auditing scopes. SMEs are preferred for this Lot.

The new framework will be run for an initial three year period, it may be extended further by 2 x 1 year increments.

The new framework is anticipated to go live by 1st March 2025 at the latest and will be a zero value commitment framework.

Candidates cannot apply for both Lots; Candidates may apply for one lot only.

Network Rail reserves the right, to award the tender requirements in part or in full.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 - Portfolio

Lot 2 - Specialist

two.2) Description

two.2.1) Title

W&W CP7 Contract Management Services - Portfolio

Lot No

1

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Wales & Western Region

two.2.4) Description of the procurement

This Lot will cover, but not limited to, the provision for multi-discipline general service on all aspects of pre & post commercial, project management, programme controls, planning, and risk disciplines.

two.2.14) Additional information

From time to time the Supplier may be required to work on associated discipline matters as directed by the Client representative.

two.2) Description

two.2.1) Title

W&W CP7 Contract Management Services - Specialist

Lot No

2

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Wales & Western Region

two.2.4) Description of the procurement

This Lot proposes to cover, but not limited to, all aspects of services related to claims management, forensic investigations and analysis, and auditing.

two.2.14) Additional information

From time to time the Supplier may be required to work on associated discipline matters as directed by the Client representative.

two.3) Estimated date of publication of contract notice

11 July 2024


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section six. Complementary information

six.3) Additional information

Please note that any content received via response to this PIN will be used purely for

information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender.

This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN.

Network Rail will issue a separate PQQ for Suppliers to respond and those Suppliers shortlisted will be subject to an ITT.

Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event.

It is intended the procurement of these services by Network Rail will be carried out in accordance with the provisions of the Utilities Contracts Regulations 2016.