Tender

Project Reset: External Assurance Reviewer Services

  • Network Rail Infrastructure Ltd

F02: Contract notice

Notice identifier: 2024/S 000-034602

Procurement identifier (OCID): ocds-h6vhtk-04b13d

Published 25 October 2024, 9:46am



Section one: Contracting authority

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Email

amerjeet.kaur@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

Region 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.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Project Reset: External Assurance Reviewer Services

two.1.2) Main CPV code

  • 79411000 - General management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The requirement is for an independent consultancy service who can provide independent reviewers to join an established assurance activity (Network Rail Peer Reviews and other assurance reviews) as part of a team to undertake an in-person review of various projects and programmes in the Network Rail Capital Investment and Delivery Portfolio and / or industrywide challenges.

The Independent Reviewers will assist the Rail Investment Centre of Excellence assurance team with ‘Project Reset’ and industrywide reviews for Network Rail.

This will help Network Rail to improve the quality of the assurance reviews (including Peer Reviews) and processes to increase confidence with Department for Transport (DfT), His Majesty Treasury (HMT), reduce scheme costs and ensure Value for Money.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79411000 - General management consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The requirement is for an independent consultancy service who can provide independent reviewers to join an established assurance activity (Network Rail Peer Reviews and other assurance reviews) as part of a team to undertake an in-person review of various projects and programmes in the Network Rail Capital Investment and Delivery Portfolio and / or industrywide challenges.

The Independent Reviewers will assist the Rail Investment Centre of Excellence assurance team with ‘Project Reset’ and industrywide reviews for Network Rail.

This will help Network Rail to improve the quality of the assurance reviews (including Peer Reviews) and processes to increase confidence with Department for Transport (DfT), His Majesty Treasury (HMT), reduce scheme costs and ensure Value for Money.

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

Contract will be renewed if required.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated within the procurement documents.

three.1.2) Economic and financial standing

List and brief description of selection criteria

As stated within the procurement documents.

Minimum level(s) of standards possibly required

As stated within the procurement documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

As stated within the procurement documents.

Minimum level(s) of standards possibly required

As stated within the procurement documents.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated within the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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.2.2) Time limit for receipt of tenders or requests to participate

Date

22 November 2024

Local time

12:00pm

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: 120 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 November 2024

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Maximum 3 years

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