Awarded contract

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

  • Department for Transport

F03: Contract award notice

Notice reference: 2023/S 000-023112

Published 8 August 2023, 4:02pm



Section one: Contracting authority

one.1) Name and addresses

Department for Transport

Great Minster House, 33 Horseferry Road

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.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

General public services


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)

Reference number

THRE0000

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. The Framework will enable access to high quality, professionally qualified and experienced specialist third party advisory support for a range of service requirements which will also be accessible by other public sector entities (Clients) with the consent of DfT.

The two-year term is extendable by two further periods each of 12 months at the discretion of the contracting authority. The values shown are for the full possible 4 year term.

The Framework is split into two Lots. Lot 1 is split into five specialist categories A – E to meet the need for specialist technical and commercial advisory (consultancy) services. Consultants are graded as either Prime, Medium or Expert appointments. Lot 2 is for recruitment and sourcing of specialist staff.

The estimated maximum portfolio value for Lot 1 (Category A - E) is £575,000,000.00.

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

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £600,000,000

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

two.2.4) Description of the procurement

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%

Cost criterion - Name: Price / Weighting: 25%

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) 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

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%

Cost criterion - Name: Price / Weighting: 25%

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) 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
  • 72310000 - Data-processing 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

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%

Cost criterion - Name: Price / Weighting: 25%

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) 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

two.2.4) Description of the procurement

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%

Cost criterion - Name: Price / Weighting: 25%

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) 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

two.2.4) Description of the procurement

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%

Cost criterion - Name: Price / Weighting: 25%

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) 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

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65%

Quality criterion - Name: Price / Weighting: 25%

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

Cost criterion - Name: Price / Weighting: 25%

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 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

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-010758


Section five. Award of contract

Lot No

1 - Category A Transport Strategy, Planning and Economic Forecasting Advice

Title

Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 July 2023

five.2.2) Information about tenders

Number of tenders received: 17

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Atkins Limited

Nova North, 11 Bressenden Place

London

SW1E 5BY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Costain Limited

10 Foster lane

London

EC2V 6HR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Jacobs UK Limited

2nd Floor, Cottons Centre, Cottons Lane

London

SE1 2QG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

KPMG LLP

15 Canada Square, Canary Wharf,

London

E14 5GL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mace Consult Limited

Mace Limited,155 Moorgate,

London

EC2M 6XB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

McKinsey & Company

The Post Building, 100 Museum Street

London

WC1A 1PB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mott MacDonald Limited

4th Floor, Mountbatten House, Grosvenor Square

Southampton

SO15 2JU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Ove Arup & Partners Limited

8 Fitzroy Street

London

W1T 4BJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Pillar Strategy

85 Abbeville Road

London

SW4 9JL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

ST & R Partners -(Systra Limited, Tracsis Plc and Ricardo Rail Limited)

One Carey Lane

London

EC2V 8AE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

STANTEC UK

Unit 2B, Block E, Leeds Dock, The Boulevard

Leeds

LS10 1PZ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Steer, Davies & Gleave Ltd

14 - 21 Rushworth Street

London

SE1 0RB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Teneo Business Consulting Limited

5th Floor, 6 More London Place

London

SE1 2DA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

The Hub Transport Advisory Limited

22 Tudor Street

London

EC4Y 0AY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Winder Phillips Associates

6 Church Lane Cottages, Church Lane

Essex

CM15 0NJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £575,000,000


Section five. Award of contract

Lot No

1 - Category B Transport Operations and Performance Advice

Title

Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 July 2023

five.2.2) Information about tenders

Number of tenders received: 16

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Ove Arup & Partners Limited

8 Fitzroy Street

London

W1T 4BJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Costain Limited

10 Foster lane

London

EC2V 6HR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Jacobs UK Limited

2nd Floor, Cottons Centre, Cottons Lane

London

SE1 2QG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mace Consult Limited

Mace Limited,155 Moorgate,

London

EC2M 6XB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mott MacDonald Limited

4th Floor, Mountbatten House, Grosvenor Square

Southampton

SO15 2JU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Steer, Davies & Gleave Ltd

14 - 21 Rushworth Street

London

SE1 0RB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Alchemmy Consulting Ltd

Riverside House, 2a Southwark Bridge Road

London

SE1 9HA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Atkins Limited

Nova North, 11 Bressenden Place

London

SW1E 5BY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

The Boston Consulting Group UK LLP

80 Charlotte Street

London

W1T 4DF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

North Star Consultancy Limited

78 York Street

London

W1H 1DP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

ST & R Partners -(Systra Limited, Tracsis Plc and Ricardo Rail Limited)

One Carey Lane

London

EC2V 8AE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Adventis Consulting

Building 3, Chiswick Park

London

W4 5YA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Cognizant Worldwide Limited

280 Bishopsgate

London

EC2M 4AG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

First Rail Consulting

The Point, 37 North Wharf Road

London

W2 1AF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Journey4 Ltd

Blake House, 18 Blake Street

York

YO1 8QG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Winder Phillips Associates

6 Church Lane Cottages, Church Lane

Essex

CM15 0NJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £25,000,000


Section five. Award of contract

Lot No

1 - Category C Commercial Advice for Transport

Title

Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 July 2023

five.2.2) Information about tenders

Number of tenders received: 21

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Ove Arup & Partners Limited

8 Fitzroy Street

London

W1T 4BJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Costain Limited

10 Foster lane

London

EC2V 6HR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Jacobs UK Limited

2nd Floor, Cottons Centre, Cottons Lane

London

SE1 2QG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mace Consult Limited

Mace Limited,155 Moorgate,

London

EC2M 6XB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mott MacDonald Limited

4th Floor, Mountbatten House, Grosvenor Square

Southampton

SO15 2JU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Steer, Davies & Gleave Ltd

14 - 21 Rushworth Street

London

SE1 0RB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Agilia Infrastructure Partners Limited

8 Devonish Square

London

EC2M 4PL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Currie & Brown UK Limited

150 Holborn

London

EC1N 2NS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Deloitte LLP

1 New Street Square

London

EC4A 3HQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Egis Transport Solutions Limited

115 Baker Street

London

W1U 6RT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

McKinsey & Company

The Post Building, 100 Museum Street

London

WC1A 1PB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Turner & Townsend Project Management Ltd

Low Hall, Calverley Lane, Horsforth

Leeds

LS18 4GH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Additae Artes Limited

7 Russell Way, Winnersh, Wokingham

Berkshire

RG41 5SN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

APS Partnership Limited

136 Gray Street, Workington,

Cumbria

CA14 2LU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

The Hub Transport Advisory Limited

22 Tudor Street

London

EC4Y 0AY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £575,000,000


Section five. Award of contract

Lot No

Lot 1 - Category D Transport Infrastructure and Asset Advice

Title

Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 July 2023

five.2.2) Information about tenders

Number of tenders received: 15

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Ove Arup & Partners Limited

8 Fitzroy Street

London

W1T 4BJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Costain Limited

10 Foster lane

London

EC2V 6HR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Jacobs UK Limited

2nd Floor, Cottons Centre, Cottons Lane

London

SE1 2QG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mace Consult Limited

Mace Limited,155 Moorgate,

London

EC2M 6XB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mott MacDonald Limited

4th Floor, Mountbatten House, Grosvenor Square

Southampton

SO15 2JU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Steer, Davies & Gleave Ltd

14 - 21 Rushworth Street

London

SE1 0RB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

SEMP Ltd

Suite E Chadwick House, Birchwood Park

Warrington

WA3 6AE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Taylor Airey Limited

Pennine Place, 2a Charing Cross Road

London

WC2H 0HF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

First Rail Consulting

The Point, 37 North Wharf Road

London

W2 1AF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Firstco Limited

4 Celbridge Mews

London

W2 6EU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Ipex Consulting Ltd

Liberty House, 222 Regent Street

London

W1B 5TR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £575,000,000


Section five. Award of contract

Lot No

Lot 1 - Category E Transport Project and Programme Management Advice

Title

Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 July 2023

five.2.2) Information about tenders

Number of tenders received: 25

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Ove Arup & Partners Limited

8 Fitzroy Street

London

W1T 4BJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Costain Limited

10 Foster lane

London

EC2V 6HR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Jacobs UK Limited

2nd Floor, Cottons Centre, Cottons Lane

London

SE1 2QG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mace Consult Limited

Mace Limited,155 Moorgate,

London

EC2M 6XB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mott MacDonald Limited

4th Floor, Mountbatten House, Grosvenor Square

Southampton

SO15 2JU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Steer, Davies & Gleave Ltd

14 - 21 Rushworth Street

London

SE1 0RB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Currie & Brown UK Limited

150 Holborn

London

EC1N 2NS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Egis Transport Solutions Limited

115 Baker Street

London

W1U 6RT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

KPMG LLP

15 Canada Square, Canary Wharf,

London

E14 5GL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Lendlease Construction (Europe) Limited

5 Merchant Square, Level 9

London

W2 1BQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

STANTEC UK

Unit 2B, Block E, Leeds Dock, The Boulevard

Leeds

LS10 1PZ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Turner & Townsend Project Management Ltd

Low Hall, Calverley Lane, Horsforth

Leeds

LS18 4GH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Additae Artes Limited

7 Russell Way, Winnersh, Wokingham

Berkshire

RG41 5SN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

APS Partnership Limited

136 Gray Street, Workington,

Cumbria

CA14 2LU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Cognizant Worldwide Limited

280 Bishopsgate

London

EC2M 4AG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Firstco Limited

4 Celbridge Mews

London

W2 6EU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

The Ultimate Solution Partnership Limited

3-7 Temple Avenue

London

EC4Y 0HP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £575,000,000


Section five. Award of contract

Lot No

Lot 2 Category F Rail and other Transport System Agency Suppliers

Title

Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 July 2023

five.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

APS Partnership Limited

136 Gray Street, Workington,

Cumbria

CA14 2LU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Ove Arup & Partners Limited

8 Fitzroy Street

London

W1T 4BJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Evisa Solutions Ltd

111 Charmouth Road, St Albans,

St Albans

AL1 4SG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Rail People Solutions Limited

1 The Old Flour Mills, Mill Road, Buckden

Cambridgeshire

PE19 5WX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

The Ultimate Solution Partnership Limited

3-7 Temple Avenue

London

EC4Y 0HP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £25,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom