Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
Andrew.Campbell2@networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
NUTS 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/
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/
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Scotland's Railway - Customer Insights Framework
two.1.2) Main CPV code
- 79300000 - Market and economic research; polling and statistics
two.1.3) Type of contract
Services
two.1.4) Short description
It is expected that the successful tender will provide Scotland’s Railway with expertise and guidance on
developing the appropriate customer insight framework that enables us to create action plans to support the
identification of requirements to improve our offering as well as increasing passenger volumes across
our network, and ultimately drive towards a railway that will support the Scottish Government’s
ambitions for a carbon Net Zero society.
This insight will be available for the whole rail industry in Scotland, not only Network Rail, so an end to
end view of a passenger’s journey (or freight customers transportation of goods) is imperative.
two.1.5) Estimated total value
Value excluding VAT: £4,500,000
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
A Nil value framework will be procured under a measured term form of services agreement. This will cover the entirety of the Scotland region and each commission contract is expected to gather and analyse customer insights within a particular geographical area within the country. Further detail is available within the procurement documents.
The framework is expected to run for three years, however an option for additional extensions totalling 5 years will be added to allow this service to run for longer if it is deemed necessary.
The value to go through the framework is expected to be in the region of £2.5m, to accommodate emerging scope the cap will be set at £4.5m
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
This framework duration may be extended by 24 months, a further 24 months thereafter and then a further 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
As detailed in the procurement documents provided
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There will be 3 options to extend the duration of the framework (set out in II.2.7 above).
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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Available within the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
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.2.2) Time limit for receipt of tenders or requests to participate
Date
31 January 2022
Local time
8:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 February 2022
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.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
7 Rolls Building, Fetter Lane
London
EC4A 1NL
Country
United Kingdom