Tender

Scotland's Railway - Provision of Legal Services over 2 years run under the Light Touch Regime.

  • Network Rail Infrastructure Ltd

F02: Contract notice

Notice identifier: 2023/S 000-029456

Procurement identifier (OCID): ocds-h6vhtk-040864

Published 5 October 2023, 5:42pm



Section one: Contracting authority

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Email

Andrew.Campbell2@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.co.uk

one.3) Communication

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

http://networkrail.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://networkrail.bravosolution.co.uk

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

Rail Infrastructure


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Scotland's Railway - Provision of Legal Services over 2 years run under the Light Touch Regime.

two.1.2) Main CPV code

  • 79100000 - Legal services

two.1.3) Type of contract

Services

two.1.4) Short description

Network Rail’s internal legal team provides strategic and direct support to Scotland’s Railway. This is supplemented where appropriate by external legal support from law firms who work with the internal legal team to provide depth and specialist technical advice.

Network Rail is seeking to procure two framework suppliers to provide full service external legal support for Scotland’s Railway from 1 April 2024 – 31 March 2026. The two successful suppliers will be engaged via an NR1 MT Framework contract.

The legal support provided through this framework will help us facilitate the successful delivery of all aspects of Scotland’s Railway, with a particular focus on managing risk and achieving the best possible financial outcomes.

The indicative value of the agreement is £750k per year per supplier with a maximum envisaged spend through the framework of £4m.

Candidates will be required to complete and submit mandatory PQQ questions alongside their ITT.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Legal services covering but not limited to:

Employment

Litigation and Dispute Resolution

Health, Safety and Environment

Contracts

Procurement

Commercial

Public and Administrative Law

Planning Law

Regulatory

Corporate governance and Company Secretarial

Corporate Transactions

Property

Information Law Including Data Protection Law

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 2024

End date

31 March 2026

This contract is subject to renewal

Yes

Description of renewals

NR may extend this framework agreement by 12 months

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


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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

13 November 2023

Local time

8:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Court of Session

Edinburgh

Country

United Kingdom