Notice Information
Notice Title
CP7 Recalibration of the Network Rail Passenger Schedule 8 Regime
Notice Description
The scope of work comprises the recalibration of the Network Rail and Train Operator Payment Rates, Network Rail and Train Operator Benchmarks and Sustained Poor Performance (SPP) thresholds in the passenger Schedule 8 regime. Each of these parameters (except SPP thresholds, which are defined at the train operator level) is defined at a service group level, of which there are around 150, and must be recalibrated for each of these service groups. Monitoring Points, Monitoring Point Weightings and Cancellation Minutes are out of scope, as explained in this section under 'Exclusions from scope'.
Lot Information
Lot 1
The scope of work comprises the recalibration of the Network Rail and Train Operator Payment Rates, Network Rail and Train Operator Benchmarks and Sustained Poor Performance (SPP) thresholds in the passenger Schedule 8 regime. Each of these parameters (except SPP thresholds, which are defined at the train operator level) is defined at a service group level, of which there are around 150, and must be recalibrated for each of these service groups. Monitoring Points, Monitoring Point Weightings and Cancellation Minutes are out of scope, as explained in this section under 'Exclusions from scope'.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04b0f8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/001331-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
66171000 - Financial consultancy services
72221000 - Business analysis consultancy services
Notice Value(s)
- Tender Value
- £350,000 £100K-£500K
- Lots Value
- £350,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £205,704 £100K-£500K
Notice Dates
- Publication Date
- 15 Jan 20251 years ago
- Submission Deadline
- 25 Nov 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 30 Dec 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- OFFICE OF RAIL AND ROAD
- Contact Name
- Harriet Dinkele
- Contact Email
- harriet.dinkele@orr.gov.uk
- Contact Phone
- +44 2072822032
Buyer Location
- Locality
- LONDON
- Postcode
- E14 4QZ
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI42 Tower Hamlets
- Delivery Location
- Not specified
-
- Local Authority
- Tower Hamlets
- Electoral Ward
- Canary Wharf
- Westminster Constituency
- Poplar and Limehouse
Further Information
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-h6vhtk-04b0f8-2025-01-15T11:57:25Z",
"date": "2025-01-15T11:57:25Z",
"ocid": "ocds-h6vhtk-04b0f8",
"initiationType": "tender",
"tender": {
"id": "ORR/CT/24-44",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "CP7 Recalibration of the Network Rail Passenger Schedule 8 Regime",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72221000",
"description": "Business analysis consultancy services"
},
"mainProcurementCategory": "services",
"description": "The scope of work comprises the recalibration of the Network Rail and Train Operator Payment Rates, Network Rail and Train Operator Benchmarks and Sustained Poor Performance (SPP) thresholds in the passenger Schedule 8 regime. Each of these parameters (except SPP thresholds, which are defined at the train operator level) is defined at a service group level, of which there are around 150, and must be recalibrated for each of these service groups. Monitoring Points, Monitoring Point Weightings and Cancellation Minutes are out of scope, as explained in this section under 'Exclusions from scope'.",
"value": {
"amount": 350000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The scope of work comprises the recalibration of the Network Rail and Train Operator Payment Rates, Network Rail and Train Operator Benchmarks and Sustained Poor Performance (SPP) thresholds in the passenger Schedule 8 regime. Each of these parameters (except SPP thresholds, which are defined at the train operator level) is defined at a service group level, of which there are around 150, and must be recalibrated for each of these service groups. Monitoring Points, Monitoring Point Weightings and Cancellation Minutes are out of scope, as explained in this section under 'Exclusions from scope'.",
"value": {
"amount": 350000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://orr.bravosolution.co.uk",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-11-25T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2024-11-25T12:01:00Z"
},
"bidOpening": {
"date": "2024-11-25T12:01:00Z",
"address": {
"streetAddress": "ORR's Procurement Portal (Bravo)"
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-33254",
"name": "OFFICE OF RAIL AND ROAD",
"identifier": {
"legalName": "OFFICE OF RAIL AND ROAD",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "25 Cabot Square",
"locality": "London",
"region": "UKI42",
"postalCode": "E14 4QZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Harriet Dinkele",
"telephone": "+44 2072822032",
"email": "harriet.dinkele@orr.gov.uk",
"url": "http://orr.bravosolution.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.orr.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Regulator"
}
]
}
},
{
"id": "GB-FTS-60941",
"name": "Office of Rail and Road",
"identifier": {
"legalName": "Office of Rail and Road"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-135026",
"name": "Office of Rail and Road",
"identifier": {
"legalName": "Office of Rail and Road",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "25 Cabot Square",
"locality": "London",
"region": "UKI42",
"postalCode": "E144QZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Harriet Dinkele",
"telephone": "+44 2072822032",
"email": "harriet.dinkele@orr.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.orr.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Regulator"
}
]
}
},
{
"id": "GB-COH-01883830",
"name": "Steer Davies & Gleave Limited",
"identifier": {
"legalName": "Steer Davies & Gleave Limited",
"id": "01883830",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-100653",
"name": "ORR",
"identifier": {
"legalName": "ORR"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-135026",
"name": "Office of Rail and Road"
},
"language": "en",
"awards": [
{
"id": "001331-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-01883830",
"name": "Steer Davies & Gleave Limited"
}
]
}
],
"contracts": [
{
"id": "001331-2025-1",
"awardID": "001331-2025-1",
"status": "active",
"value": {
"amount": 205704,
"currency": "GBP"
},
"dateSigned": "2024-12-30T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
}
]
}
}