Contract notice – utilities
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: sara.marshall@networkrail.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.networkrail.co.uk/
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://networkrail.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Programme Partner Framework
II.1.2) Main CPV code
79400000
II.1.3) Type of contract
Services
II.1.4) Short description
The Transpennine Route Upgrade Programme (TRU) has a requirement for a Programme Partner to support the Employer in the management and the delivery of the TRU Programme working across support services and functions within the PMO as well as the TRU delivery projects.
The Programme Partner will collaborate with the Employer to form a seamless and high performing, integrated Programme delivery team. This integrated team will work together to manage the delivery of the Programme. The Programme Partner and the Employer will have common aims and objectives and will work to a common management plan to enable the successful delivery of the Programme.
II.1.5) Estimated total value
Value excluding VAT:
100 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72224000
79400000
79414000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
In summary, the key areas for which the Programme Partner may be required to provide resource for are:
- Project and Programme Management
- Programme Integration
- Programme and Project Controls
- Data Analytics
- Schedule Monitoring and Analysis
- Change Control
- Completions Management
- Risk Management
- Cost & Estimating
- Commercial Management
- Strategic Advisory/Leadership
- Critical Resources, Logistics, Deliverability Assurance
- Access Planning
- Construction Management
- Health, Safety & Wellbeing
- Safety Management
- Quality Management
- Consents Management
- Sponsorship (Integrated Client)
- Business Change
- Capability & Behavioural Assessments
- Enterprise Readiness
- Human Resources
- Secretariat and Administrative Services
The resource requirements of the Programme delivery team in terms of skills and capacity will vary over the duration of the Programme delivery. The Programme Partner will need adequate flexibility in its management of resources to ensure that the appropriate resources will be available at the right time.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/03/2025
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
05/03/2025
Local time: 17:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England & Wales
7 Rolls Building, Fetter Lane
London
EC4A 1NL
UK
VI.5) Date of dispatch of this notice
03/02/2025