- Scope of the procurement
- Lot 1 Category A – Transport Strategy, Planning and Economic Forecasting Advice
- Lot 1 Category B – Transport Operations and Performance Advice
- Lot 1 Category C – Commercial Advice for Transport
- Lot 1 Category D – Transport Infrastructure and Asset Advice
- Lot 1 Category E – Transport Project and Programme Management Advice
- Lot 2 Category F – Strategic Commercial Advice for Transport
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
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