Notice Information
Notice Title
Award Notice Independent Commercial & Procurement Assurance Services
Notice Description
Network Rail awarded a framework to provide independent commercial & procurement (C&P) assurance services to support the commercial & procurement assurance teams across Network Rail.
Lot Information
Lot 1
The Commercial & Procurement Assurance teams across Network Rail are responsible for the delivery of sourcing and contract management ('SCM') assurance activities on behalf of Network Rail's Group Commercial and Procurement Director. SCM assurance is designed to ensure sufficient internal reviews are conducted throughout the sourcing and contract management lifecycle and that documents and decisions have received adequate oversight prior to reaching governance approval points. Network Rail is seeking the award of two suppliers to support in undertaking independent assurance review activities on procurements with a contract value over PS20m and some selected projects under PS20m where there is an increased risk profile or where a region has a lower threshold for assurance External independent assurance is required during peaks in workload and when the C&P Assurance teams do not have the capacity to deliver the services in-house. Therefore, resource is required on a flexible basis to complement the C&P Assurance team's resource and will be required to undertake independent commercial and assurance reviews on an "as required" basis. Assurance is required on outputs at various stages of the commercial lifecycle, including Sourcing Strategy, Pre-Qualification Questionnaire (PQQ) and Invitation to Tender documentation (ITT), evaluation and moderation records, Recommendation to Award (RTA), Contract Management Plan (CMP) including the contract mobilisation plan, Contract Variation and other Contract Management activities. The Supplier will utilise their knowledge and experience in procurement, contract management and assurance to provide advice relating to key regulated procurement and commercial activities.
Options: Option to extend up to two years in one year increments
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-047074
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011767-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79200000 - Accounting, auditing and fiscal services
79210000 - Accounting and auditing services
79212000 - Auditing services
79212200 - Internal audit services
79418000 - Procurement consultancy services
Notice Value(s)
- Tender Value
- £2,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £2,182,722 £1M-£10M
Notice Dates
- Publication Date
- 28 Mar 202511 months ago
- Submission Deadline
- 19 Jul 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Mar 202511 months ago
- Contract Period
- 31 Mar 2025 - 31 Mar 2028 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE LTD
- Contact Name
- Not specified
- Contact Email
- james.owen3@networkrail.co.uk
- Contact Phone
- +44 1908781000
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 8SW
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- Not specified
-
- Local Authority
- Lambeth
- Electoral Ward
- Waterloo & South Bank
- Westminster Constituency
- Vauxhall and Camberwell Green
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-047074-2025-03-28T13:04:33Z",
"date": "2025-03-28T13:04:33Z",
"ocid": "ocds-h6vhtk-047074",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-047074",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Award Notice Independent Commercial & Procurement Assurance Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
"mainProcurementCategory": "services",
"description": "Network Rail awarded a framework to provide independent commercial & procurement (C&P) assurance services to support the commercial & procurement assurance teams across Network Rail.",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Commercial & Procurement Assurance teams across Network Rail are responsible for the delivery of sourcing and contract management ('SCM') assurance activities on behalf of Network Rail's Group Commercial and Procurement Director. SCM assurance is designed to ensure sufficient internal reviews are conducted throughout the sourcing and contract management lifecycle and that documents and decisions have received adequate oversight prior to reaching governance approval points. Network Rail is seeking the award of two suppliers to support in undertaking independent assurance review activities on procurements with a contract value over PS20m and some selected projects under PS20m where there is an increased risk profile or where a region has a lower threshold for assurance External independent assurance is required during peaks in workload and when the C&P Assurance teams do not have the capacity to deliver the services in-house. Therefore, resource is required on a flexible basis to complement the C&P Assurance team's resource and will be required to undertake independent commercial and assurance reviews on an \"as required\" basis. Assurance is required on outputs at various stages of the commercial lifecycle, including Sourcing Strategy, Pre-Qualification Questionnaire (PQQ) and Invitation to Tender documentation (ITT), evaluation and moderation records, Recommendation to Award (RTA), Contract Management Plan (CMP) including the contract mobilisation plan, Contract Variation and other Contract Management activities. The Supplier will utilise their knowledge and experience in procurement, contract management and assurance to provide advice relating to key regulated procurement and commercial activities.",
"contractPeriod": {
"startDate": "2025-04-01T00:00:00+01:00",
"endDate": "2028-03-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"options": {
"description": "Option to extend up to two years in one year increments"
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79200000",
"description": "Accounting, auditing and fiscal services"
},
{
"scheme": "CPV",
"id": "79210000",
"description": "Accounting and auditing services"
},
{
"scheme": "CPV",
"id": "79212000",
"description": "Auditing services"
},
{
"scheme": "CPV",
"id": "79212200",
"description": "Internal audit services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://networkrail.bravosolution.co.uk/web/login.html",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 2
}
},
"tenderPeriod": {
"endDate": "2024-07-19T14:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd",
"identifier": {
"legalName": "Network Rail Infrastructure Ltd"
},
"address": {
"streetAddress": "Waterloo General Offices",
"locality": "London",
"region": "UK",
"postalCode": "SE1 8SW",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1908781000",
"email": "James.Owen3@networkrail.co.uk",
"url": "https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=57893"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.networkrail.co.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Railway Services"
}
]
}
},
{
"id": "GB-FTS-525",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "GB-FTS-142229",
"name": "Rowsell Wright Limited",
"identifier": {
"legalName": "Rowsell Wright Limited"
},
"address": {
"streetAddress": "409-411 Croydon Road",
"locality": "Beckenham",
"region": "UK",
"postalCode": "BR3 3PP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-142230",
"name": "Pixel Global Limited",
"identifier": {
"legalName": "Pixel Global Limited"
},
"address": {
"streetAddress": "Unit 1 & 2, Field View Baynards Business Park",
"locality": "Bicester",
"region": "UK",
"postalCode": "OX27 7SG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en",
"awards": [
{
"id": "011767-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-142229",
"name": "Rowsell Wright Limited"
}
]
},
{
"id": "011767-2025-2",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-142230",
"name": "Pixel Global Limited"
}
]
}
],
"contracts": [
{
"id": "011767-2025-1",
"awardID": "011767-2025-1",
"status": "active",
"value": {
"amount": 2182722.79,
"currency": "GBP"
},
"dateSigned": "2025-03-07T00:00:00Z"
},
{
"id": "011767-2025-2",
"awardID": "011767-2025-2",
"status": "active",
"value": {
"amount": 2182722.79,
"currency": "GBP"
},
"dateSigned": "2025-03-07T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "7",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "6",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
},
{
"id": "8",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
}
]
}
}