Notice Information
Notice Title
Review of the basis of Network Rail's allocation of costs/recharges to the Scotland route
Notice Description
The backdrop for this requirement is our PR18 periodic review of Network Rail which needs to take into account: * Network Rail's reclassification as a public sector arm's length body; * a revised funding structure for the CP6 control period ; * our route level approach for PR18; and * the separate funding arrangements and periodic review determination that apply to Scotland. We wish to commission a report that sets out whether Network Rail's allocation of costs to its Scotland route (about 10% of the total) is reasonable, and consistent with best practice. The report will feed into the work of ORR's Regulatory Finance team on the financial framework for PR18. We expect to publish minded to positions on a range of financial issues in spring 2018 and our draft PR18 determination in June 2018. The consultant will be required to produce a report that addresses the following questions: In the context of the separate funding settlement for Scotland - 1. Are Network Rail's cost allocations to Scotland reasonable and consistent with best practice for each type of cost? These costs include overheads (e.g. HR costs), central activities (e.g. timetabling) and central programme costs, e.g. digital railway. 2. How could the Scotland route participate in any company-wide risk fund pooling or self-insurance arrangements? If Network Rail has used an approach, is the calculation of the contribution to be paid by Scotland reasonable? 3. Are there instances where Network Rail uses a top down approach to cost allocation (e.g. allocating HR costs by number of staff) where it could instead use a bottom up approach? For example, what is the cost of providing HR services to Scotland? A further example of this issue would be the allocation of working capital balances in the NR financial model. 4. Where relevant, how robust is NR's bottom up challenge to its top down allocations? How extensive has this been and how does this compare to best practice? 5. Is a policy of allocating some project development costs across all routes, even where the project may not have commenced in some routes (for example trial costs associated with new technology) reasonable with respect to the Scotland route, given its separate funding? 6. Are there any arguments for moving away from a policy under which infrastructure projects costs are always attributed to the route in which the infrastructure is built (for example Carstairs junction). Reference can be made to the question we asked on this issue in our first consultation on the financial framework and the responses received. Reference may also be made to earlier review work commissioned by ORR on this point. Additional information: Prospective bidders are advised to register on to the tender via ORR's eTendering Portal early as all further information regarding this tender will through the portal.Bidders should note the end dates/times for the submission of requests for clarification and proposals as set out in the ITT document.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-7d5a13bd-1c00-441a-8a27-25151f0ce5a4
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/779455a6-618f-4a15-b800-d133e380411c
- 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
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
71311000 - Civil engineering consultancy services
79400000 - Business and management consultancy and related services
Notice Value(s)
- Tender Value
- £40,000 Under £100K
- Lots Value
- Not specified
- Awards Value
- £39,780 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Feb 20188 years ago
- Submission Deadline
- 30 Jan 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 20 Feb 20188 years ago
- Contract Period
- 21 Feb 2018 - 12 Apr 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
- peter gamble
- Contact Email
- peter.gamble@orr.gsi.gov.uk
- Contact Phone
- Not specified
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/779455a6-618f-4a15-b800-d133e380411c
20th February 2018 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/9a7a85b9-c3fc-4a3e-9f39-0ffd1bbdcfe0
9th January 2018 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/70e7bc11-f611-4ed5-a698-cf8056c7dfce
Joining instructions for ORR's eTendering 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-b5fd17-7d5a13bd-1c00-441a-8a27-25151f0ce5a4-2018-02-20T10:40:30Z",
"date": "2018-02-20T10:40:30Z",
"ocid": "ocds-b5fd17-7d5a13bd-1c00-441a-8a27-25151f0ce5a4",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "ORR/CT/17-79",
"title": "Review of the basis of Network Rail's allocation of costs/recharges to the Scotland route",
"description": "The backdrop for this requirement is our PR18 periodic review of Network Rail which needs to take into account: * Network Rail's reclassification as a public sector arm's length body; * a revised funding structure for the CP6 control period ; * our route level approach for PR18; and * the separate funding arrangements and periodic review determination that apply to Scotland. We wish to commission a report that sets out whether Network Rail's allocation of costs to its Scotland route (about 10% of the total) is reasonable, and consistent with best practice. The report will feed into the work of ORR's Regulatory Finance team on the financial framework for PR18. We expect to publish minded to positions on a range of financial issues in spring 2018 and our draft PR18 determination in June 2018. The consultant will be required to produce a report that addresses the following questions: In the context of the separate funding settlement for Scotland - 1. Are Network Rail's cost allocations to Scotland reasonable and consistent with best practice for each type of cost? These costs include overheads (e.g. HR costs), central activities (e.g. timetabling) and central programme costs, e.g. digital railway. 2. How could the Scotland route participate in any company-wide risk fund pooling or self-insurance arrangements? If Network Rail has used an approach, is the calculation of the contribution to be paid by Scotland reasonable? 3. Are there instances where Network Rail uses a top down approach to cost allocation (e.g. allocating HR costs by number of staff) where it could instead use a bottom up approach? For example, what is the cost of providing HR services to Scotland? A further example of this issue would be the allocation of working capital balances in the NR financial model. 4. Where relevant, how robust is NR's bottom up challenge to its top down allocations? How extensive has this been and how does this compare to best practice? 5. Is a policy of allocating some project development costs across all routes, even where the project may not have commenced in some routes (for example trial costs associated with new technology) reasonable with respect to the Scotland route, given its separate funding? 6. Are there any arguments for moving away from a policy under which infrastructure projects costs are always attributed to the route in which the infrastructure is built (for example Carstairs junction). Reference can be made to the question we asked on this issue in our first consultation on the financial framework and the responses received. Reference may also be made to earlier review work commissioned by ORR on this point. Additional information: Prospective bidders are advised to register on to the tender via ORR's eTendering Portal early as all further information regarding this tender will through the portal.Bidders should note the end dates/times for the submission of requests for clarification and proposals as set out in the ITT document.",
"datePublished": "2018-01-09T15:34:27Z",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
}
],
"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"
},
{
"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": "2018-01-30T23:59:59Z"
},
"contractPeriod": {
"startDate": "2018-02-14T00:00:00Z",
"endDate": "2018-04-12T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/9a7a85b9-c3fc-4a3e-9f39-0ffd1bbdcfe0",
"datePublished": "2018-01-09T15:35:55Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "ITT",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b52f13eb-27c5-406b-abaf-93a21632dff4",
"format": "application/msword"
},
{
"id": "3",
"documentType": "tenderNotice",
"description": "Form of Agreement",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/179cbe73-6cd9-4317-9d49-6b7c6b7df21a",
"format": "application/msword"
},
{
"id": "4",
"documentType": "tenderNotice",
"description": "Form of Tender",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/93de84a4-129a-47c3-890b-681ad6f86801",
"format": "application/msword"
},
{
"id": "5",
"documentType": "tenderNotice",
"description": "Disclaimer",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/df47f70b-8ab2-4674-bdc1-1a6b03b6eae3",
"format": "application/msword"
},
{
"id": "6",
"documentType": "tenderNotice",
"description": "Joining instructions for ORR's eTendering Portal",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/70e7bc11-f611-4ed5-a698-cf8056c7dfce",
"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-04077684",
"name": "CAMBRIDGE ECONOMIC POLICY ASSOCIATES LIMITED",
"identifier": {
"legalName": "CAMBRIDGE ECONOMIC POLICY ASSOCIATES LIMITED",
"scheme": "GB-COH",
"id": "04077684"
},
"address": {
"streetAddress": "Queens House 55-56,Lincoln's Inn Fields LONDON WC2A 3LJ GB"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-GOR-D1117",
"name": "OFFICE OF RAIL AND ROAD"
},
"awards": [
{
"id": "ocds-b5fd17-7d5a13bd-1c00-441a-8a27-25151f0ce5a4-1",
"status": "active",
"date": "2018-02-20T00:00:00Z",
"datePublished": "2018-02-20T10:40:30Z",
"value": {
"amount": 39780,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-04077684",
"name": "CAMBRIDGE ECONOMIC POLICY ASSOCIATES LIMITED"
}
],
"contractPeriod": {
"startDate": "2018-02-21T00:00:00Z",
"endDate": "2018-04-12T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/779455a6-618f-4a15-b800-d133e380411c",
"datePublished": "2018-02-20T10:40:30Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "ITT",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b52f13eb-27c5-406b-abaf-93a21632dff4",
"format": "application/msword"
},
{
"id": "3",
"documentType": "tenderNotice",
"description": "Form of Agreement",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/179cbe73-6cd9-4317-9d49-6b7c6b7df21a",
"format": "application/msword"
},
{
"id": "4",
"documentType": "tenderNotice",
"description": "Form of Tender",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/93de84a4-129a-47c3-890b-681ad6f86801",
"format": "application/msword"
},
{
"id": "5",
"documentType": "tenderNotice",
"description": "Disclaimer",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/df47f70b-8ab2-4674-bdc1-1a6b03b6eae3",
"format": "application/msword"
},
{
"id": "6",
"documentType": "tenderNotice",
"description": "Joining instructions for ORR's eTendering Portal",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/70e7bc11-f611-4ed5-a698-cf8056c7dfce",
"format": "application/msword"
},
{
"id": "7",
"documentType": "tenderNotice",
"description": "Signed Contract",
"url": "https://www.contractsfinder.service.gov.uk/Notice/SupplierAttachment/dda012ff-8594-434e-b6c7-a144eee51a9c",
"format": "application/pdf"
}
]
}
]
}