Opportunity

Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree)

  • Department for Transport

F02: Contract notice

Notice reference: 2022/S 000-010758

Published 26 April 2022, 4:38pm



Section one: Contracting authority

one.1) Name and addresses

Department for Transport

Great Minster House,33 Horseferry Road, London, SW1P 4DR

City of Westminster

SW1P 4DR

Email

STAR3-Framework@dft.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-transport

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://dft.app.jaggaer.com/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://dft.app.jaggaer.com/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://dft.app.jaggaer.com/web/login.html

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree)

two.1.2) Main CPV code

  • 71311230 - Railway engineering services

two.1.3) Type of contract

Services

two.1.4) Short description

To support the Department’s commitment to increase the level of investment in transport, it requires access to specialist technical and commercial advisory support. Currently the demand for this support is successfully met through the Specialist Technical Advisory for Rail (STARTwo Framework which is managed by the Department’s Group Commercial Directorate (GCD). The STARTwo framework enables access to high quality, professionally qualified and experienced specialist third party advisory support for a range of service requirements.

Subject to approvals, on behalf of the Department, Group Commercial Directorate (GCD) intend to procure a replacement four year (2+1+1 year arrangement) framework to enable similar access to high quality, professionally qualified and experienced specialist third party advisory support for a range of service requirements once the STARTwo Framework term expires in May 2023. The framework will also be accessible by other public sector entities (Clients) who have been named in the Contract Notice and with the consent of DfT.

It is proposed that the STARThree Framework will have two lots, as further detailed in this notice. This is a change from the previous STARTwo Framework structure.

two.1.5) Estimated total value

Value excluding VAT: £600,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot 1 Category A – Transport Strategy, Planning and Economic Forecasting Advice

Lot No

1A

two.2.2) Additional CPV code(s)

  • 71241000 - Feasibility study, advisory service, analysis
  • 71244000 - Calculation of costs, monitoring of costs
  • 71311230 - Railway engineering services
  • 71311300 - Infrastructure works consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 72240000 - Systems analysis and programming services
  • 73210000 - Research consultancy services
  • 73220000 - Development consultancy services
  • 73300000 - Design and execution of research and development
  • 79311100 - Survey design services
  • 79311300 - Survey analysis services
  • 79311410 - Economic impact assessment
  • 79312000 - Market-testing services
  • 79313000 - Performance review services
  • 79314000 - Feasibility study
  • 79315000 - Social research services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services
  • 79413000 - Marketing management consultancy services
  • 79417000 - Safety consultancy services
  • 79418000 - Procurement consultancy services
  • 79419000 - Evaluation consultancy services
  • 79421100 - Project-supervision services other than for construction work
  • 79421200 - Project-design services other than for construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London SW1P 4DR

two.2.4) Description of the procurement

Lot 1 is proposed to have a similar structure to the current Lot 1 of the STARTwo Framework. This Lot is proposed to be split into three grades of Consultants (PRIME, MEDIUM and EXPERT) dependent on initial selection criteria relating to capability, capacity and availability.

It is proposed that Lot 1 of STARThree will provide specialist technical and commercial advisory (consultancy) services across five specialist categories;

Category A – Transport Strategy, Planning and Economic Forecasting Advice;

Category B – Transport Operations and Performance Advice;

Category C – Commercial Advice for Transport;

Category D – Transport Infrastructure and Asset Advice; and

Category E – Transport Project and Programme Management Advice

Category A – Transport Strategy, Planning and Economic Forecasting Advice

Typical requirements identified by Rail and other Transport Mode clients include but are not limited to:

General Transport Strategy, Planning and Economic Forecasting Advice

General Transport Strategy, Planning and Economic Forecasting Research

Strategic corporate planning and appraisal

Business case support

Benefits realisation support

Control and Investment period advice and analysis

Strategic planning and research

Transport market reviews

High level Rail and other Transport Mode Investment Strategy support

Macro and micro-economic advice

Remapping and Devolution studies

Fare reviews and policy

Ticketless travel and ticket retailing

Revenue Protection

Revenue Forecasting

Modelling – revenue, fares and demand

Package-specific bid evaluation support

Social value

Decarbonisation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65%

Quality criterion - Name: Price / Weighting: 25%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 25%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two further periods of 12 months (12 + 12)

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 120

Objective criteria for choosing the limited number of candidates:

Successful Stage 1 Candidates invited to tender (ITT) will be 120 in accordance with parameters set out in the SQPD (Selection Questionnaire Process Document) across Lot 1 and Lot 2.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The estimated maximum portfolio value for Lot 1 which includes Categories A- E is £575,000,000.00.

two.2) Description

two.2.1) Title

Lot 1 Category B – Transport Operations and Performance Advice

Lot No

1B

two.2.2) Additional CPV code(s)

  • 71241000 - Feasibility study, advisory service, analysis
  • 71244000 - Calculation of costs, monitoring of costs
  • 71311230 - Railway engineering services
  • 71311300 - Infrastructure works consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 72240000 - Systems analysis and programming services
  • 73210000 - Research consultancy services
  • 73220000 - Development consultancy services
  • 73300000 - Design and execution of research and development
  • 79311100 - Survey design services
  • 79311300 - Survey analysis services
  • 79311410 - Economic impact assessment
  • 79312000 - Market-testing services
  • 79313000 - Performance review services
  • 79314000 - Feasibility study
  • 79315000 - Social research services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services
  • 79413000 - Marketing management consultancy services
  • 79417000 - Safety consultancy services
  • 79418000 - Procurement consultancy services
  • 79419000 - Evaluation consultancy services
  • 79421100 - Project-supervision services other than for construction work
  • 79421200 - Project-design services other than for construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 is proposed to have a similar structure to the current Lot 1 of the STARTwo Framework. This Lot is proposed to be split into three grades of Consultants (PRIME, MEDIUM and EXPERT) dependent on initial selection criteria relating to capability, capacity and availability.

It is proposed that Lot 1 of STARThree will provide specialist technical and commercial advisory (consultancy) services across five specialist categories;

Category A – Transport Strategy, Planning and Economic Forecasting Advice;

Category B – Transport Operations and Performance Advice;

Category C – Commercial Advice for Transport;

Category D – Transport Infrastructure and Asset Advice; and

Category E – Transport Project and Programme Management Advice

Category B – Transport Operations and Performance Advice

Typical requirements identified by Rail and Other Transport Mode clients include but are not limited to:

General Transport Operations and Performance Advice

Rail and Other Transport Mode Operations and Performance Research

Operational proposal package

Operational management

Timetabling, diagramming, rostering

Staffing policy/strategy

Industrial relations/Trade Unions/TUPE/pensions

Network Rail operational interfaces

Environment, sustainability and carbon reduction

Management and business structure

Operational mobilisation

Operational safety

Modal and inter-modal integration, interfaces and connectivity

Passenger communication

Passenger connectivity

Passenger flow monitoring

Accessibility

Package-specific bid evaluation support

Social value

Decarbonisation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65%

Quality criterion - Name: Price / Weighting: 25%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 25%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two periods of 12 Months (12 + 12).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 120

Objective criteria for choosing the limited number of candidates:

Successful Stage 1 Candidates invited to tender (ITT) will be 120 in accordance with parameters set out in the SQPD (Selection Questionnaire Process Document) across Lot 1 and Lot 2.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The estimated maximum portfolio value for Lot 1 which includes Categories A- E is £575,000,000.00.

two.2) Description

two.2.1) Title

Lot 1 Category C – Commercial Advice for Transport

Lot No

1C

two.2.2) Additional CPV code(s)

  • 71241000 - Feasibility study, advisory service, analysis
  • 71244000 - Calculation of costs, monitoring of costs
  • 71311230 - Railway engineering services
  • 71311300 - Infrastructure works consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 72240000 - Systems analysis and programming services
  • 73210000 - Research consultancy services
  • 73220000 - Development consultancy services
  • 73300000 - Design and execution of research and development
  • 79311100 - Survey design services
  • 79311300 - Survey analysis services
  • 79311410 - Economic impact assessment
  • 79312000 - Market-testing services
  • 79313000 - Performance review services
  • 79314000 - Feasibility study
  • 79315000 - Social research services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services
  • 79413000 - Marketing management consultancy services
  • 79417000 - Safety consultancy services
  • 79418000 - Procurement consultancy services
  • 79419000 - Evaluation consultancy services
  • 79421100 - Project-supervision services other than for construction work
  • 79421200 - Project-design services other than for construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London SW1P 4DR

two.2.4) Description of the procurement

Lot 1 is proposed to have a similar structure to the current Lot 1 of the STARTwo Framework. This Lot is proposed to be split into three grades of Consultants (PRIME, MEDIUM and EXPERT) dependent on initial selection criteria relating to capability, capacity and availability.

It is proposed that Lot 1 of STARThree will provide specialist technical and commercial advisory (consultancy) services across five specialist categories;

Category A – Transport Strategy, Planning and Economic Forecasting Advice;

Category B – Transport Operations and Performance Advice;

Category C – Commercial Advice for Transport;

Category D – Transport Infrastructure and Asset Advice; and

Category E – Transport Project and Programme Management Advice

Category C – Commercial Advice for Transport

Typical requirements identified by Rail and Other Transport Mode clients include but are not limited to:

General Commercial Advice for Transport

Commercial Advice for Transport research

Commercial risk analysis, adjustment and profiling

Model structuring and development

Revenue and incentivisation commercial advice

Comparator modelling and associated business case support

Commercial strategy development, delivery and assurance

Contract Administration and Contract Management

Estimating, cost planning, cost data analysis and benchmarking

Package-specific bid evaluation support

Business and commercial Model design

Model analysis and testing of commercial models

Commercial due diligence

Supply Chain Mapping

Project management commercial advice

Social value

Decarbonisation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65%

Quality criterion - Name: Price / Weighting: 25%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 25%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two periods of 12 months (12 + 12).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 120

Objective criteria for choosing the limited number of candidates:

Successful Stage 1 Candidates invited to tender (ITT) will be 120 in accordance with parameters set out in the SQPD (Selection Questionnaire Process Document) across Lot 1 and Lot 2.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The estimated maximum portfolio value for Lot 1 which includes Categories A- E is £575,000,000.00.

two.2) Description

two.2.1) Title

Lot 1 Category D – Transport Infrastructure and Asset Advice

Lot No

1D

two.2.2) Additional CPV code(s)

  • 71241000 - Feasibility study, advisory service, analysis
  • 71244000 - Calculation of costs, monitoring of costs
  • 71311230 - Railway engineering services
  • 71311300 - Infrastructure works consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 72240000 - Systems analysis and programming services
  • 73210000 - Research consultancy services
  • 73220000 - Development consultancy services
  • 73300000 - Design and execution of research and development
  • 79311100 - Survey design services
  • 79311300 - Survey analysis services
  • 79311410 - Economic impact assessment
  • 79312000 - Market-testing services
  • 79313000 - Performance review services
  • 79314000 - Feasibility study
  • 79315000 - Social research services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services
  • 79413000 - Marketing management consultancy services
  • 79417000 - Safety consultancy services
  • 79418000 - Procurement consultancy services
  • 79419000 - Evaluation consultancy services
  • 79421100 - Project-supervision services other than for construction work
  • 79421200 - Project-design services other than for construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London SW1P 4DR

two.2.4) Description of the procurement

Lot 1 is proposed to have a similar structure to the current Lot 1 of the STARTwo Framework. This Lot is proposed to be split into three grades of Consultants (PRIME, MEDIUM and EXPERT) dependent on initial selection criteria relating to capability, capacity and availability.

It is proposed that Lot 1 of STARThree will provide specialist technical and commercial advisory (consultancy) services across five specialist categories;

Category A – Transport Strategy, Planning and Economic Forecasting Advice;

Category B – Transport Operations and Performance Advice;

Category C – Commercial Advice for Transport;

Category D – Transport Infrastructure and Asset Advice; and

Category E – Transport Project and Programme Management Advice

Category D – Transport Infrastructure and Asset Advice

Typical requirements identified by Rail and Other Transport Mode clients include but are not limited to:

Transport Infrastructure, Rolling Stock, Critical Equipment and Assets Advice

Transport Infrastructure, Rolling Stock, Critical Equipment and Assets Research

Railway and Other Transport Mode asset management

Transport hub design, layout, logistics, passenger & pedestrian movement and facilities

Stations - including access, property, parking, mobility and security

Depots and stabling - strategy and advice

Signaling and systems - strategy and advice

Rolling stock - strategy and advice

Rolling stock - management, acceptance, planning, leasing

In operation facilities and services

Technical due diligence

Rail and other transport mode engineering, feasibility & operating advice

Power / electrification - strategy and advice

Telecommunications - strategy and advice

Package-specific bid evaluation support

Social Value

Decarbonisation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65%

Quality criterion - Name: Price / Weighting: 25%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 25%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two periods of 12 months (12 +12).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 120

Objective criteria for choosing the limited number of candidates:

Successful Stage 1 Candidates invited to tender (ITT) will be 120 in accordance with parameters set out in the SQPD (Selection Questionnaire Process Document) across Lot 1 and Lot 2.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The estimated maximum portfolio value for Lot 1 which includes Categories A- E is £575,000,000.00.

two.2) Description

two.2.1) Title

Lot 1 Category E – Transport Project and Programme Management Advice

Lot No

1E

two.2.2) Additional CPV code(s)

  • 71241000 - Feasibility study, advisory service, analysis
  • 71244000 - Calculation of costs, monitoring of costs
  • 71311230 - Railway engineering services
  • 71311300 - Infrastructure works consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 72240000 - Systems analysis and programming services
  • 73210000 - Research consultancy services
  • 73220000 - Development consultancy services
  • 73300000 - Design and execution of research and development
  • 79311100 - Survey design services
  • 79311300 - Survey analysis services
  • 79311410 - Economic impact assessment
  • 79312000 - Market-testing services
  • 79313000 - Performance review services
  • 79314000 - Feasibility study
  • 79315000 - Social research services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services
  • 79413000 - Marketing management consultancy services
  • 79417000 - Safety consultancy services
  • 79418000 - Procurement consultancy services
  • 79419000 - Evaluation consultancy services
  • 79421100 - Project-supervision services other than for construction work
  • 79421200 - Project-design services other than for construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London SW1P 4DR

two.2.4) Description of the procurement

Lot 1 is proposed to have a similar structure to the current Lot 1 of the STARTwo Framework. This Lot is proposed to be split into three grades of Consultants (PRIME, MEDIUM and EXPERT) dependent on initial selection criteria relating to capability, capacity and availability.

It is proposed that Lot 1 of STARThree will provide specialist technical and commercial advisory (consultancy) services across five specialist categories;

Category A – Transport Strategy, Planning and Economic Forecasting Advice;

Category B – Transport Operations and Performance Advice;

Category C – Commercial Advice for Transport;

Category D – Transport Infrastructure and Asset Advice; and

Category E – Transport Project and Programme Management Advice

Category E – Transport Project and Programme Management Advice

Typical requirements identified by Rail and Other Transport Mode clients include but are not limited to:

General Project and Programme Management Advice

Project and Programme Management Research

Programme partner

Programme management

Project management

Project delivery

Project controls

Assurance

Project representative

Enterprise, programme and project integration management

Package-specific bid evaluation support

Social Value

Decarbonisation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65%

Quality criterion - Name: Price / Weighting: 25%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 25%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two periods of 12 months (12 + 12).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 120

Objective criteria for choosing the limited number of candidates:

Successful Stage 1 Candidates invited to tender (ITT) will be 120 in accordance with parameters set out in the SQPD (Selection Questionnaire Process Document) across Lot 1 and Lot 2.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The estimated maximum portfolio value for Lot 1 which includes Categories A- E is £575,000,000.00.

two.2) Description

two.2.1) Title

Lot 2 Category F – Strategic Commercial Advice for Transport

Lot No

2F

two.2.2) Additional CPV code(s)

  • 71311230 - Railway engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London SW1P 4DR

two.2.4) Description of the procurement

Lot 2 is proposed to have a similar structure to the current Lot 3 of the STARTwo Framework. This Lot is proposed to include up to six transport market specific ‘Agency’ Suppliers who would be measured on their ability to expediently access suitably experienced, high calibre, specialist technical and commercial advisory (consultancy) services for the following Category;

Category F – Strategic Commercial Advice for Transport

Typical requirements include but are not limited to:

Specialist recruitment planning

Development of specialist recruitment campaigns and strategies

Sourcing interim staff

Sourcing of high calibre panel and review team resources

The estimated maximum portfolio value for Lot 2 (Category F) is £25,000,000.00.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65%

Quality criterion - Name: Price / Weighting: 25%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 25%

two.2.6) Estimated value

Value excluding VAT: £25,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two periods of 12 months (12 + 12)

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 120

Objective criteria for choosing the limited number of candidates:

Successful Stage 1 Candidates invited to tender (ITT) will be 120 in accordance with parameters set out in the SQPD (Selection Questionnaire Process Document) across Lot 1 and Lot 2.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

N/A

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Framework Contract will be awarded utilising the NEC4 Professional Services Contract with options A, C or E for future Work Packages (call offs). Contract performance conditions may include obligations relating to social and/or environmental obligations.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 72

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-029523

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 June 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

3 October 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 9 December 2022


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This STARThree Framework Agreement is for use by certain public sector bodies in the United Kingdom that exist on or before 01/04/2022 (see note in relation to GBR below) and which fall into one or more of the following categories subject to approval from DfT:

1. Any of the following:

The following UK public sector bodies are authorised and enabled to use the Framework (with consent from DfT):

All Ministerial and Non Ministerial UK Government Departments, including their Executive Agencies, Arms Length Bodies and/or other subsidiary bodies;

Other parts of Central Government holding Crown Status employing Civil Servants;

All non-Crown Status Government Companies wholly or partly owned by Central Government Departments, Arms Length Bodies and/or their subsidiaries;

The Non-Departmental Public Bodies, other Public Bodies, Public Corporations sponsored by Central Government Departments which are not covered by the above categories;

The devolved administrations in Scotland, Wales and Northern Ireland together with their respective agencies and their other subsidiary bodies.

All new bodies created which fall within the criteria set out above

Transport for Wales (TfW)

Transport for Scotland (TfS)

DfT OLR Holdings Ltd (DoHL)

High Speed Rail2 (HS2)

Network Rail (NR)

Northern Train Line (NTL)

London North Eastern Railway (LNER)

East West Railways (EWR)

South Eastern Trains Limited (SETL)

Maritime and Coastguard Agency Services;

National Highways

Vehicle Certification Agency

Driver and Vehicle Licensing Agency

Driver Vehicle Standards Agency (DVSA)

The Air Accidents Investigation Branch (AAIB)

Marine Accident Investigation Branch (MAIB)

The Rail Accident Investigation Branch (RAIB)

The Office of Rail and Road (ORR)

Northern Lighthouse Board

Trinity House

2.Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link.

3. Great British Railways (GBR) - it is intended that GBR will be able to access this Framework once it is established, which is expected to be named GBR Limited or Great British Railways Limited. See: https://www.gov.uk/government/consultations/williams-rail-review

for more information.

4. Great British Railways Transition Team Limited

The above shall also include any successor organisations created as a result of statutory reorganisation or otherwise.

For the avoidance of doubt the Framework will not cover local government entities, local authority transport entities, transport entities under the Greater London Act 1999 or any sub-national transport bodies under the Local Transport Act 2008 (or entities of the same or similar nature as a consequence of statutory reorganisation or otherwise).

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

The High Court of England and Wales, Royal Courts of Justice, Strand London, WC2A 2LL United Kingdom

City of Westmnster

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Independent legal advice should be sought immediately by any aggrieved party contemplating action under the Public Contracts Regulations 2015.

N/A

Country

United Kingdom