Tender

Analysis to inform ORR's RIS3 Efficiency Review

  • OFFICE OF RAIL AND ROAD

F02: Contract notice

Notice identifier: 2023/S 000-028670

Procurement identifier (OCID): ocds-h6vhtk-04062c

Published 28 September 2023, 3:53pm



Section one: Contracting authority

one.1) Name and addresses

OFFICE OF RAIL AND ROAD

25 Cabot Square

London

E144QZ

Email

procurementteam@orr.gov.uk

Country

United Kingdom

Region code

UKI42 - Tower Hamlets

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.orr.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.orr.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.orr.bravosolution.co.uk

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