Notice Information
Notice Title
Study of HS1 Escrow Arrangements
Notice Description
Overview HS1 Ltd holds a concession (until 2040) to operate, maintain and renew the railway network between London St Pancras and the Channel Tunnel. HS1 Ltd's revenue comes from track access, investment recovery and miscellaneous charges. These are paid by train operators to use the rail infrastructure. Arrangements for funding are set out in a Concession Agreement between HS1 Ltd and the Secretary of State which specifies that funds for renewals are held in an Escrow account managed jointly by HS1 Ltd and the Department for Transport. In addition, the Concession Agreement sets out obligations on HS1 Ltd to ensure the sustainability of the asset. These asset stewardship obligations require HS1 Ltd to deliver operation, maintenance, renewal, replacement, and upgrade of the infrastructure as if the company were responsible for the stewardship of the infrastructure for 40 years following the date at which any activities are planned or carried out. Many of the functions which HS1 Ltd must perform as infrastructure manager are currently contracted out to Network Rail (High Speed) Ltd (NR(HS)). The relationship between HS1 Ltd and NR(HS) is governed by an Operator Agreement, a commercial agreement between the parties. Escrow Account ORR is currently undertaking a periodic review of HS1 Ltd (PR19), which determines the level of charges that the company can levy for operations, maintenance and renewals. A key component of our determination requires us to set the quantum of funding required for future renewals expenditure (that is, how much should be deposited in the Escrow account). This requires us to take into account assumptions on many factors, including interest rates and the profile of the required renewal spend over the life of the concession. While the mechanism for the funding of renewals is constrained by the contractual arrangements set out in the HS1 Concession Agreement, it is important to us that the process is as transparent as possible. The Requirement We require a study to independently analyse the current arrangements around the Escrow account to: - identify issues and possible improvements to the allocation of risk between those involved (including train operators, HS1 Ltd, NR(HS) (as current principal contractor) and DfT), including an assessment of whether the current arrangements reflect best practice; - assess whether the governance of these arrangements is best practice; and - analyse the transparency and clarity of these arrangements. A Final Report is to be delivered to ORR by 19 July 2018. 2.2 Project Objectives & Scope Purpose The project is intended to deliver an independent analysis of the arrangements set out by the Concession Agreement between HS1 Ltd and Government for funding of renewals on the high speed network. It should also assess how these arrangements are working in practice.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-f9fa5ebf-f28f-49c9-8298-8b3cb9ece468
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/4c920742-e3e3-404f-985c-9a1d40815fb4
- Current Stage
- Award
- All Stages
- 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
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
-
- CPV Codes
66170000 - Financial consultancy, financial transaction processing and clearing-house services
Notice Value(s)
- Tender Value
- £46,750 Under £100K
- Lots Value
- Not specified
- Awards Value
- £46,750 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Jun 20187 years ago
- Submission Deadline
- 1 Jun 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 13 Jun 20187 years ago
- Contract Period
- 14 Jun 2018 - 19 Jul 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/4c920742-e3e3-404f-985c-9a1d40815fb4
20th June 2018 - Awarded contract notice on Contracts Finder
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-f9fa5ebf-f28f-49c9-8298-8b3cb9ece468-2018-06-20T15:30:43+01:00",
"date": "2018-06-20T15:30:43+01:00",
"ocid": "ocds-b5fd17-f9fa5ebf-f28f-49c9-8298-8b3cb9ece468",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "ORR/CT/18-12",
"title": "Study of HS1 Escrow Arrangements",
"description": "Overview HS1 Ltd holds a concession (until 2040) to operate, maintain and renew the railway network between London St Pancras and the Channel Tunnel. HS1 Ltd's revenue comes from track access, investment recovery and miscellaneous charges. These are paid by train operators to use the rail infrastructure. Arrangements for funding are set out in a Concession Agreement between HS1 Ltd and the Secretary of State which specifies that funds for renewals are held in an Escrow account managed jointly by HS1 Ltd and the Department for Transport. In addition, the Concession Agreement sets out obligations on HS1 Ltd to ensure the sustainability of the asset. These asset stewardship obligations require HS1 Ltd to deliver operation, maintenance, renewal, replacement, and upgrade of the infrastructure as if the company were responsible for the stewardship of the infrastructure for 40 years following the date at which any activities are planned or carried out. Many of the functions which HS1 Ltd must perform as infrastructure manager are currently contracted out to Network Rail (High Speed) Ltd (NR(HS)). The relationship between HS1 Ltd and NR(HS) is governed by an Operator Agreement, a commercial agreement between the parties. Escrow Account ORR is currently undertaking a periodic review of HS1 Ltd (PR19), which determines the level of charges that the company can levy for operations, maintenance and renewals. A key component of our determination requires us to set the quantum of funding required for future renewals expenditure (that is, how much should be deposited in the Escrow account). This requires us to take into account assumptions on many factors, including interest rates and the profile of the required renewal spend over the life of the concession. While the mechanism for the funding of renewals is constrained by the contractual arrangements set out in the HS1 Concession Agreement, it is important to us that the process is as transparent as possible. The Requirement We require a study to independently analyse the current arrangements around the Escrow account to: - identify issues and possible improvements to the allocation of risk between those involved (including train operators, HS1 Ltd, NR(HS) (as current principal contractor) and DfT), including an assessment of whether the current arrangements reflect best practice; - assess whether the governance of these arrangements is best practice; and - analyse the transparency and clarity of these arrangements. A Final Report is to be delivered to ORR by 19 July 2018. 2.2 Project Objectives & Scope Purpose The project is intended to deliver an independent analysis of the arrangements set out by the Concession Agreement between HS1 Ltd and Government for funding of renewals on the high speed network. It should also assess how these arrangements are working in practice.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "66170000",
"description": "Financial consultancy, financial transaction processing and clearing-house 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"
}
]
}
],
"value": {
"amount": 46750,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (below threshold)",
"tenderPeriod": {
"endDate": "2018-06-01T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2018-06-15T00:00:00+01:00",
"endDate": "2018-07-19T23:59:59+01:00"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services"
},
"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": "1 Kemble Street",
"locality": "London",
"postalCode": "WC2B 4AN",
"countryName": "England"
},
"contactPoint": {
"name": "Mayank Vyas",
"email": "mayank.vyas@orr.gsi.gov.uk",
"telephone": "020 7282 2004"
},
"roles": [
"buyer"
]
},
{
"id": "GB-COH-01883830",
"name": "STEER DAVIES & GLEAVE LIMITED",
"identifier": {
"legalName": "STEER DAVIES & GLEAVE LIMITED",
"scheme": "GB-COH",
"id": "01883830"
},
"address": {
"streetAddress": "28-32 Upper Ground SE1 9PD GB"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-GOR-D1117",
"name": "OFFICE OF RAIL AND ROAD"
},
"awards": [
{
"id": "ocds-b5fd17-f9fa5ebf-f28f-49c9-8298-8b3cb9ece468-1",
"status": "active",
"date": "2018-06-14T00:00:00+01:00",
"datePublished": "2018-06-20T15:30:43+01:00",
"value": {
"amount": 46750,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-01883830",
"name": "STEER DAVIES & GLEAVE LIMITED"
}
],
"contractPeriod": {
"startDate": "2018-06-15T00:00:00+01:00",
"endDate": "2018-07-19T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/4c920742-e3e3-404f-985c-9a1d40815fb4",
"datePublished": "2018-06-20T15:30:43+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Signed Contract",
"url": "https://www.contractsfinder.service.gov.uk/Notice/SupplierAttachment/0286f7d5-3560-4a9e-a652-58b335feebed",
"format": "application/msword"
}
]
}
]
}