Section one: Contracting authority
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Telephone
+44 1908781000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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/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
Internal Audit, Risk and Advisory Services
two.1.2) Main CPV code
- 79212200 - Internal audit services
two.1.3) Type of contract
Services
two.1.4) Short description
Network Rail has identified a requirement for the provision of Risk & Assurance services and resources from a third-party supplier.
The Framework Agreement will contain two lots:
Lot 1- Internal Audit and Advisory Services (Including for Infrastructure Projects/Capital Delivery)
Lot 2- Technology Audit Support
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Lot 1- Internal Audit and Advisory Services (Including for Infrastructure Projects/Capital Delivery)
Lot No
1
two.2.2) Additional CPV code(s)
- 79212200 - Internal audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supplier will be required to undertake Internal Audit reviews and advisory projects, following the Institute of Internal Audit’s professional standards and Network Rail Internal Audit’s Methodology and will support R&A to successfully deliver the annual audit plan.
The supplier will be required to provide specialist technical expertise to assist Internal Audit reviews and advisory projects, following the professional standards and Network Rail Internal Audit Methodology.
Network Rail will require staff from the supplier to support the Internal Audit team and be flexible to work on individual audit projects lasting 5-8 weeks and longer-term projects consisting of several audit engagements for up to 12 months. The Statement of Work will outline the individual’s roles and responsibilities for delivering the audit.
In addition to this, for specific audit and advisory projects that require specialist skills, Network Rail will require the supplier to deliver the requirement in its entirety. Such instances will be scoped and agreed within the Statement of Work (SoW). The outputs of entirely outsourced requirements will be quality checked by NRIA.
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
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Should a retender be required, Network Rail will issue a further notice, notifying the market
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) Description
two.2.1) Title
Lot 2- Technology Audit Support
Lot No
2
two.2.2) Additional CPV code(s)
- 79212200 - Internal audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The objective of this Lot is to provide support in conducting comprehensive technology audits and advisory projects, following the Network Rail Internal Audit methodology. The appointed service provider will support Network Rail in evaluating the effectiveness of technology controls and risk management processes. They will support in identifying potential vulnerabilities and recommend remediation strategies to enhance the quality and relevancy of audit and advisory project results. The scope includes the following:
• Delivering technology and systems audits, including a review of hardware, software, data management, network security, and other relevant areas.
• Develop relationships with Network Rail’s technology specialists to understand the technology and systems risk landscape.
• Utilising the Network Rail Internal Audit methodology unless otherwise agreed.
• Providing comprehensive subject matter expertise and support, including advisory assistance, temporary resources, and specialised advice as needed.
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
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Should a retender be required, Network Rail will issue a further notice, notifying the market
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-020850
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 November 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 December 2023
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: 4 (from the date stated for receipt of tender)
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
Network Rail Infrastructure Limited
Waterloo General Office
London
SE1 8SW
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
The Strand
London
WCA 2LL
Country
United Kingdom