Section one: Contracting authority
one.1) Name and addresses
OFFICE OF RAIL AND ROAD
25 Cabot Square
London
E144QZ
Contact
Barbara Augusto
Telephone
+44 2072823865
Country
United Kingdom
Region code
UKI42 - Tower Hamlets
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Other activity
Regulator
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PR23 recalibration of the Network Rail passenger Schedule 8 regime
Reference number
ORR/CT/22-20
two.1.2) Main CPV code
- 72221000 - Business analysis consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Office of Rail and Road (ORR) is currently carrying out its 2023 Periodic Review of Network Rail (PR23). This will set the outputs and funding for Network Rail for Control Period 7 (CP7) which will run from 1st April 2024 to 31st March 2029. As part of this process, ORR is reviewing the Schedule 8 regime. Schedule 8 is the industry performance regime, which incentivises Network Rail and train operators for fluctuations in train performance from pre-determined benchmarks, and in so doing provides financial protection to operators against unplanned disruption. ORR's work on Schedule 8 is part of the 'charges and incentives' pillar of PR23 and is being led by ORR's Rail Economics team.
This ITT for the recalibration of the passenger Schedule 8 regime and covers the following work:
•Network Rail Benchmarks
•Train Operator Benchmarks
•Network Rail Payment Rates
•Train Operator Payment Rates
•Sustained Poor Performance thresholds
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66171000 - Financial consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
See II.1.4. Short description
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
13
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 September 2022
Local time
10:00am
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 September 2022
Local time
11:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Office of Rail and Road
London
Country
United Kingdom