Award

Assessment of Network Rail's delivery of Network Availability in CP6

OFFICE OF RAIL AND ROAD

This public procurement record has 2 releases in its history.

Award

15 Feb 2018 at 13:52

Tender

29 Dec 2017 at 11:44

Summary of the contracting process

The OFFICE OF RAIL AND ROAD is seeking a consultancy service for the assessment of Network Rail's delivery of Network Availability in Control Period 6 (CP6) via a tender titled "Assessment of Network Rail's delivery of Network Availability in CP6." This tender falls within the services industry category, specifically focusing on business services such as consultancy. The procurement process is currently in the Award stage, having been published on 29th December 2017, with a tender period that concluded on 19th January 2018. The resulting contract is set to commence on 5th February 2018 and will run until 31st May 2018, with a contract value between £30,000 and £40,000.

This tender presents a significant opportunity for businesses specialising in consultancy services, particularly those with expertise in rail transport, engineering assessments, and operational efficiency. Companies with experience related to the impact of engineering works on transport availability could provide valuable insights to support Network Rail. As the regulation and review processes are critical for this project, businesses focusing on regulatory compliance and customer service strategies may find themselves well-positioned to participate in the bidding process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

SNC - LAVALIN TRANPORT ADVISORY

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
                }
            ]
        }
    ]
}