Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
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.