Section one: Contracting authority
one.1) Name and addresses
OFFICE OF RAIL AND ROAD
25 Cabot Square
London
E144QZ
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
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
Analysis to inform ORR's RIS3 Efficiency Review
Reference number
ORR/CT/23/33
two.1.2) Main CPV code
- 72221000 - Business analysis consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Later in 2023, the government will publish its draft RIS. This includes the proposed requirements to be delivered by National Highways, and the financial resources to be provided by the Secretary of State (the SoFA). National Highways' Draft Strategic Business Plan (SBP) details its plans for delivering the requirements set out in the Draft RIS.
During the Efficiency Review, we undertake a detailed review of the Draft SBP to confirm that National Highways' plans will deliver the governments requirements (as set out in its Draft RIS) and do so in a way that represents an effective and efficient use of public money.
The Efficiency Review will consider whether National Highways' plans have been appropriately costed and will deliver the government's requirements in an efficient manner. However, our advice is not limited to cost, and efficiency. We will also evaluate the quality of National Highways' plans to ensure they provide a robust basis for delivery.
Furthermore, we advise government on the performance requirements and targets included in the RIS3 Performance Specification. It is our role to ensure that requirements and targets are sufficiently stretching, supported by appropriate plans and that the RIS package as a whole is challenging and deliverable with the funding available.
For context, the second Road Investment Strategy - containing the RIS2 Performance Specification - can also be found on the Department for Transport's website (Road Investment Strategy 2 (RIS2): 2020 to 2025 - GOV.UK (www.gov.uk))
This commission will inform ORR's advice in each of the areas set out above. To meet ORR's requirements, this commission has been subdivided into the following five lots:
Lot 1: Operations, maintenance, renewals and digital
Lot 2: Enhancements
Lot 3: Safety
Lot 4: Environment
Lot 5: Economic advice
Successful bidders will be responsible for scrutinising aspects of the Draft SBP and providing expert advice and analysis. For each lot, the final deliverable will be a report setting out the consultant's findings. ORR will draw on these reports when developing its advice to the Secretary of State. The advice itself, and the opinions it contains, remain the responsibility of ORR.
The ORR project team and consultancy teams will need to work in an integrated manner during the Efficiency Review. In some cases, the boundaries between various lots are overlapping. Therefore, consultants will also need to liaise with each other during the process.
Direct engagement with subject-matter experts within National Highways will be required. National Highways and ORR will facilitate interviews and workshops for this purpose. Meetings will typically be attended by both consultants and ORR. The ORR will submit requests for data and information to National Highways on the consultants' behalf via an agreed process for the Efficiency Review.
two.1.5) Estimated total value
Value excluding VAT: £340,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 72221000 - Business analysis consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 involves the provision of expert advice to support ORR's assessment of National Highways' plans for operating, maintaining and renewing the SRN. Included in the scope of lot 1 is a review of digital aspects of the company's plans covering both digital assets and corporate digital expenditure related to the operation, maintenance and renewal of the network.
The consultants will be responsible for scrutinising specific aspects of National Highways' plan. The outputs of this work will feed into ORR's overarching review.
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
4
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to maximum 2 months
two.2) Description
two.2.1) Title
Lot No
2
two.2.2) Additional CPV code(s)
- 72221000 - Business analysis consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The purpose of lot 2 is to provide case study evidence to inform ORR's overall assessment of whether the planned programme of major enhancement projects (road improvement projects) is challenging and deliverable.
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
4
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to maximum 2 months
two.2) Description
two.2.1) Title
Lot No
3
two.2.2) Additional CPV code(s)
- 72221000 - Business analysis consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Consultants appointed under lot 3 will undertake an evaluation of National Highways' safety improvement proposals to inform ORR's advice on safety performance targets for RIS3.
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
4
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to maximum 2 months
two.2) Description
two.2.1) Title
Lot No
4
two.2.2) Additional CPV code(s)
- 72221000 - Business analysis consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Consultants appointed to lot 4 will support ORRs assessment of National Highways' environmental plans. The review will inform ORR's assessment of whether proposed RIS3 environmental targets are challenging and deliverable
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
4
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to maximum 2 months
two.2) Description
two.2.1) Title
Lot No
5
two.2.2) Additional CPV code(s)
- 72221000 - Business analysis consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 5 includes the provision of economic advice to support ORR's Efficiency Review. The primary requirement relates to National Highways' approach to quantitative risk assessment.
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
4
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to maximum 2 months
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
30 October 2023
Local time
12:00pm
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
30 October 2023
Local time
12:01pm
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