Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
UK
Telephone: +44 1908781000
E-mail: James.Owen3@networkrail.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.networkrail.co.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Railway Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Award Notice Independent Commercial & Procurement Assurance Services
II.1.2) Main CPV code
79418000
II.1.3) Type of contract
Services
II.1.4) Short 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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
2 182 722.79
GBP
II.2) Description
II.2.2) Additional CPV code(s)
79200000
79210000
79212000
79212200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
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 £20m and some selected projects under £20m 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.
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend up to two years in one year increments
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-018618
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
07/03/2025
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Rowsell Wright Limited
409-411 Croydon Road
Beckenham
BR3 3PP
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 182 722.79
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
07/03/2025
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Pixel Global Limited
Unit 1 & 2, Field View Baynards Business Park
Bicester
OX27 7SG
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 182 722.79
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
VI.4.2) Body responsible for mediation procedures
VI.5) Date of dispatch of this notice
28/03/2025