Notice Information
Notice Title
Assessment of Network Rail's delivery of Network Availability in CP6
Notice Description
* Background information; The Periodic Review for CP6 (PR18) is underway. In July 2017, the UK and Scottish governments issued their respective High Level Output Statements (HLOS) and in October 2017 the Secretary of State for Transport issued the Statements of Funds Available (SOFA) . Based on this information, Network Rail is now writing its Route Strategic Plans (RSP). Unlike the previous Periodic Review, there will be a number of RSPs, each one covering the eight geographic Routes , The Freight and National Passenger Operator (FNPO) and the System Operator (SO). These RSPs were presented to ORR on 8th December, and will undergo further iteration, before final versions are submitted on 9th February 2018. Due to the publication of the Statement of Funds Available SoFA in October (in the previous periodic review in 2013-(PR13) - it was published in June of the equivalent year), this has constrained the timescales for reviewing the RSPs. Given the timescales for completing the Draft Determination, the ORR scrutiny of the plans needs to be substantially complete by the end of March 2018. Network Availability This piece of consultancy is centred on Network Rail's delivery of Network Availability in Control Period 6 (CP6 - April 2019 - March 2024). Network availability is availability of the network to run trains or in other words when it is not closed for engineering activity. There is a trade-off between Network Availability and efficiency. Very simply, a longer possession will be more efficient, but will have a bigger negative impact on Network Availability. The objective of the Network Availability measure is to encourage Network Rail to reduce the levels of disruption to passenger and freight customers caused by planned engineering work. Network Rail is giving Network Availability a lower priority in Control Period 6 than its customers might want. We would like to appoint a consultant to give their professional advice on whether ORR should use the EWIs (or a suitable qualitative alternative), and should these measures be Regulatory Outputs (i.e. mandatory for Network Rail to deliver), Indicators or Enablers (i.e. not mandatory for Network Rail to deliver). This will based on: * An assessment of the suitability of the EWIs as measures of Network Availability. * Whether there is another, more qualitative, approach to assessing Network Rail's delivery of Network Availability. * The views of Network Rail and its TOC and FOC customers on this issue This will inform what we will say in the Draft Determination about Network Availability. Additional information: Prospective bidders are advised to register on to ORR's portal early as any further communication regarding this tender will be through the portal. Please ensure that requests for clarification and/or the proposal are uploaded on to the portal by the time/date set out in the ITT. Under no circumstances should prospective bidders approach any member of the ORR regarding this ITT other than a member of the procurement team via the portal.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-49f92072-45dd-4dd6-8706-44864bf5a9ba
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/2e93ba96-54b3-4634-aede-3dad8b364b34
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (below threshold)
- Tender Suitability
- VCSE
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
Notice Value(s)
- Tender Value
- £40,000 Under £100K
- Lots Value
- Not specified
- Awards Value
- £34,419 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Feb 20188 years ago
- Submission Deadline
- 19 Jan 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Feb 20188 years ago
- Contract Period
- 8 Feb 2018 - 31 May 2018 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- OFFICE OF RAIL AND ROAD
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- WC2B 4AN
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/2e93ba96-54b3-4634-aede-3dad8b364b34
15th February 2018 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/48316c71-d65c-47b3-ae49-7519d013e129
29th December 2017 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/90fbf81b-0c27-4ca9-a2ae-d98f4ca361c3
Joining instructions for ORR's tendering portal
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-b5fd17-49f92072-45dd-4dd6-8706-44864bf5a9ba-2018-02-15T13:52:12Z",
"date": "2018-02-15T13:52:12Z",
"ocid": "ocds-b5fd17-49f92072-45dd-4dd6-8706-44864bf5a9ba",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "ORR/CT/17-73",
"title": "Assessment of Network Rail's delivery of Network Availability in CP6",
"description": "* Background information; The Periodic Review for CP6 (PR18) is underway. In July 2017, the UK and Scottish governments issued their respective High Level Output Statements (HLOS) and in October 2017 the Secretary of State for Transport issued the Statements of Funds Available (SOFA) . Based on this information, Network Rail is now writing its Route Strategic Plans (RSP). Unlike the previous Periodic Review, there will be a number of RSPs, each one covering the eight geographic Routes , The Freight and National Passenger Operator (FNPO) and the System Operator (SO). These RSPs were presented to ORR on 8th December, and will undergo further iteration, before final versions are submitted on 9th February 2018. Due to the publication of the Statement of Funds Available SoFA in October (in the previous periodic review in 2013-(PR13) - it was published in June of the equivalent year), this has constrained the timescales for reviewing the RSPs. Given the timescales for completing the Draft Determination, the ORR scrutiny of the plans needs to be substantially complete by the end of March 2018. Network Availability This piece of consultancy is centred on Network Rail's delivery of Network Availability in Control Period 6 (CP6 - April 2019 - March 2024). Network availability is availability of the network to run trains or in other words when it is not closed for engineering activity. There is a trade-off between Network Availability and efficiency. Very simply, a longer possession will be more efficient, but will have a bigger negative impact on Network Availability. The objective of the Network Availability measure is to encourage Network Rail to reduce the levels of disruption to passenger and freight customers caused by planned engineering work. Network Rail is giving Network Availability a lower priority in Control Period 6 than its customers might want. We would like to appoint a consultant to give their professional advice on whether ORR should use the EWIs (or a suitable qualitative alternative), and should these measures be Regulatory Outputs (i.e. mandatory for Network Rail to deliver), Indicators or Enablers (i.e. not mandatory for Network Rail to deliver). This will based on: * An assessment of the suitability of the EWIs as measures of Network Availability. * Whether there is another, more qualitative, approach to assessing Network Rail's delivery of Network Availability. * The views of Network Rail and its TOC and FOC customers on this issue This will inform what we will say in the Draft Determination about Network Availability. Additional information: Prospective bidders are advised to register on to ORR's portal early as any further communication regarding this tender will be through the portal. Please ensure that requests for clarification and/or the proposal are uploaded on to the portal by the time/date set out in the ITT. Under no circumstances should prospective bidders approach any member of the ORR regarding this ITT other than a member of the procurement team via the portal.",
"datePublished": "2017-12-29T11:44:09Z",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 30000,
"currency": "GBP"
},
"value": {
"amount": 40000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (below threshold)",
"tenderPeriod": {
"endDate": "2018-01-19T23:59:59Z"
},
"contractPeriod": {
"startDate": "2018-02-05T00:00:00Z",
"endDate": "2018-05-31T23:59:59+01:00"
},
"suitability": {
"sme": false,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/48316c71-d65c-47b3-ae49-7519d013e129",
"datePublished": "2017-12-29T11:44:09Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "ITT",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a5a825f2-84ef-4212-8d0d-1e979148b45c",
"format": "application/msword"
},
{
"id": "3",
"documentType": "tenderNotice",
"description": "Form of Agreement",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3a8d00a6-76e3-40b2-939e-8826caed9f6e",
"format": "application/msword"
},
{
"id": "4",
"documentType": "tenderNotice",
"description": "Form of Tender",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/62d3f7e6-dc25-467c-a858-5cc0aa18ded0",
"format": "application/msword"
},
{
"id": "5",
"documentType": "tenderNotice",
"description": "Disclaimer",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fec51b44-6012-46a0-98e4-687d99bd40f6",
"format": "application/msword"
},
{
"id": "6",
"documentType": "tenderNotice",
"description": "Joining instructions for ORR's tendering portal",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/90fbf81b-0c27-4ca9-a2ae-d98f4ca361c3",
"format": "application/msword"
}
]
},
"parties": [
{
"id": "GB-GOR-D1117",
"name": "OFFICE OF RAIL AND ROAD",
"identifier": {
"legalName": "OFFICE OF RAIL AND ROAD",
"scheme": "GB-GOR",
"id": "D1117"
},
"address": {
"streetAddress": "One Kemble Street",
"locality": "London",
"postalCode": "WC2B 4AN",
"countryName": "England"
},
"contactPoint": {
"name": "Peter Gamble",
"email": "peter.gamble@orr.gsi.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-COH-7577610",
"name": "SNC - Lavalin Tranport Advisory Limited",
"identifier": {
"legalName": "SNC - Lavalin Tranport Advisory Limited",
"scheme": "GB-COH",
"id": "7577610"
},
"address": {
"streetAddress": "SNC Lavalin House 2 Roundhouse Road Derby DE24 8JE"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-GOR-D1117",
"name": "OFFICE OF RAIL AND ROAD"
},
"awards": [
{
"id": "ocds-b5fd17-49f92072-45dd-4dd6-8706-44864bf5a9ba-1",
"status": "active",
"date": "2018-02-07T00:00:00Z",
"datePublished": "2018-02-15T13:52:12Z",
"value": {
"amount": 34419,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-7577610",
"name": "SNC - Lavalin Tranport Advisory Limited"
}
],
"contractPeriod": {
"startDate": "2018-02-08T00:00:00Z",
"endDate": "2018-05-31T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/2e93ba96-54b3-4634-aede-3dad8b364b34",
"datePublished": "2018-02-15T13:52:12Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "ITT",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a5a825f2-84ef-4212-8d0d-1e979148b45c",
"format": "application/msword"
},
{
"id": "3",
"documentType": "tenderNotice",
"description": "Form of Agreement",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3a8d00a6-76e3-40b2-939e-8826caed9f6e",
"format": "application/msword"
},
{
"id": "4",
"documentType": "tenderNotice",
"description": "Form of Tender",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/62d3f7e6-dc25-467c-a858-5cc0aa18ded0",
"format": "application/msword"
},
{
"id": "5",
"documentType": "tenderNotice",
"description": "Disclaimer",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fec51b44-6012-46a0-98e4-687d99bd40f6",
"format": "application/msword"
},
{
"id": "6",
"documentType": "tenderNotice",
"description": "Joining instructions for ORR's tendering portal",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/90fbf81b-0c27-4ca9-a2ae-d98f4ca361c3",
"format": "application/msword"
},
{
"id": "7",
"documentType": "tenderNotice",
"description": "Signed Contract",
"url": "https://www.contractsfinder.service.gov.uk/Notice/SupplierAttachment/40db65d2-acbf-4610-b0f6-c83639f72f4f",
"format": "application/pdf"
}
]
}
]
}