Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Strategy Planning Framework - Wales and Western Route

  • First published: 27 February 2019
  • Last modified: 27 February 2019

Contents

Summary

OCID:
ocds-kuma6s-090180
Published by:
Network Rail
Authority ID:
AA22151
Publication date:
27 February 2019
Deadline date:
05 March 2019
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Strategy Planning Framework – Wales and Western Route Only – EOI Stage Network Rail has the requirement for a range of strategic planning and development consultancy services for use across the Wales and Western Routes only. The Framework Agreement will be for a minimum duration of 3 years with the option to extend for a further 2 years. The Services have been encompassed into three lots as outlined below; Lot 1 – Business Case Development and Strategic Modelling Lot 2 – Environmental and Planning Guidance Lot 3 – Level Crossing Risk Assessments A detailed description of the Services included under each of the Lots has been included in each of the attached ‘NR02 (MT)’ documents. Suppliers must be able to deliver all of the Services for the lot(s) which they express interest in, throughout the whole of the Wales and Western Route. Please see attached document ‘Wales and Western Geographical Locations’. Network Rail will be carrying out a dual stage tender, consisting of 2 stages, as detailed within the ‘Instructions to Participants for PQQ and ITT’ document. For further information, please review the attached documents. Please note that the Procurement Event will be published via BravoNR and candidates will need to be registered in order receive the invitation to PQQ and following ITT. The link to BravoNR is: https://networkrail.bravosolution.co.uk/web/login.html

Full notice text

CONTRACT NOTICE – NATIONAL

SERVICES

1 Authority Details

1.1

Authority Name and Address


Network Rail

4th Floor St.Patrick's House, St.Patrick's House,

Cardiff

CF10 5ZA

UK

Danielle John

+44 8457114141



https://networkrail.bravosolution.co.uk/web/login.html
https://networkrail.bravosolution.co.uk/web/login.html

1.2

Address from which documentation may be obtained


Network Rail




UK


+44 8457114141


https://networkrail.bravosolution.co.uk/web/login.html

1.3

Completed documents must be returned to:


Network Rail




UK


+44 8457114141


https://networkrail.bravosolution.co.uk/web/login.html

2 Contract Details

2.1

Title

Strategy Planning Framework - Wales and Western Route

2.2

Description of the goods or services required

Strategy Planning Framework – Wales and Western Route Only – EOI Stage

Network Rail has the requirement for a range of strategic planning and development consultancy services for use across the Wales and Western Routes only. The Framework Agreement will be for a minimum duration of 3 years with the option to extend for a further 2 years. The Services have been encompassed into three lots as outlined below;

Lot 1 – Business Case Development and Strategic Modelling

Lot 2 – Environmental and Planning Guidance

Lot 3 – Level Crossing Risk Assessments

A detailed description of the Services included under each of the Lots has been included in each of the attached ‘NR02 (MT)’ documents. Suppliers must be able to deliver all of the Services for the lot(s) which they express interest in, throughout the whole of the Wales and Western Route. Please see attached document ‘Wales and Western Geographical Locations’.

Network Rail will be carrying out a dual stage tender, consisting of 2 stages, as detailed within the ‘Instructions to Participants for PQQ and ITT’ document.

For further information, please review the attached documents. Please note that the Procurement Event will be published via BravoNR and candidates will need to be registered in order receive the invitation to PQQ and following ITT. The link to BravoNR is: https://networkrail.bravosolution.co.uk/web/login.html

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=90180.

2.3

Notice Coding and Classification

71313000 Environmental engineering consultancy services
71313400 Environmental impact assessment for construction
71313440 Environmental Impact Assessment (EIA) services for construction
72221000 Business analysis consultancy services
79311410 Economic impact assessment
79400000 Business and management consultancy and related services
79410000 Business and management consultancy services
90711000 Environmental impact assessment other than for construction
90711400 Environmental Impact Assessment (EIA) services other than for construction
90712000 Environmental planning
90713000 Environmental issues consultancy services
100 UK - All
1000 WALES
1010 West Wales and The Valleys
1011 Isle of Anglesey
1012 Gwynedd
1013 Conwy and Denbighshire
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1017 Bridgend and Neath Port Talbot
1018 Swansea
1020 East Wales
1021 Monmouthshire and Newport
1022 Cardiff and Vale of Glamorgan
1023 Flintshire and Wrexham
1024 Powys

2.4

Total quantity or scope of tender

3 Conditions for Participation

3.1

Minimum standards and qualification required

Please note that the Procurement Event will be published via BravoNR and candidates will need to be registered in order receive the invitation to PQQ and following ITT. The link to BravoNR is: https://networkrail.bravosolution.co.uk/web/login.html

Please make sure you email your BravoNR account name to Danielle.john@networkrail.co.uk prior to the EOI deadline (05/03/2019 17:00) in order receive the invitation to PQQ and following ITT.

4 Administrative Information

4.1

Type of Procedure

Dual stage

4.2

Reference number attributed to the notice by the contracting authority

N/a

4.3

Time Limits

Deadline for requests to participate
    05-03-2019  Time  17:00

Dispatch of invitations to tender
 06-03-2019

Estimated award date
 12-06-2019

4.5

Language or languages in which tenders or requests to participate can be drawn up

EN 

4.6

Tender Submission Postbox

5 Other Information

5.1

Additional Information

(WA Ref:90180)

The buyer considers that this contract is suitable for consortia bidding.

5.2

Additional Documentation

Instructions to Participants for PQQ and ITT
NR02(MT) LOT 1
NR02(MT) LOT 2
NR02(MT) LOT 3
Wales and Western Geographical Locations

5.3

Publication date of this notice

 27-02-2019

Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
79311410 Economic impact assessment Survey services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71313440 Environmental Impact Assessment (EIA) services for construction Environmental engineering consultancy services
90711400 Environmental Impact Assessment (EIA) services other than for construction Environmental impact assessment other than for construction
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
90711000 Environmental impact assessment other than for construction Environmental management
90713000 Environmental issues consultancy services Environmental management
90712000 Environmental planning Environmental management

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

pdf
pdf160.78 KB
This file may not be accessible.
pdf
pdf1.35 MB
This file may not be accessible.
pdf
pdf1.60 MB
This file may not be accessible.
pdf
pdf1.86 MB
This file may not be accessible.
pdf
pdf467.17 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.