Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Specialist Technical and Commercial Advisory Services for Rail and Other Transport Modes Framework (

  • First published: 11 May 2018
  • Last modified: 11 May 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
DFT
Authority ID:
AA24029
Publication date:
11 May 2018
Deadline date:
15 June 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 is proposed to have a similar structure to the current single Lot STAR Framework which is split into 3 grades of Suppliers (Prime, Medium and Expert) dependent on initial bidding criteria relating to capability, capacity and availability.

It is proposed that Lot 1 of STAR 2 will provide specialist technical and commercial advisory (consultancy) services across 5 specialist categories:

Category A: Transport Strategy, Planning and Economic Forecasting Advice.

Typical requirements 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,

— market reviews production,

— 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.

Category B: Transport Operations and Performance Advice.

Typical requirements 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 and sustainability,

— franchise integration,

— management and business structure,

— operational mobilisation,

— operational safety,

— modal and inter-modal integration, interfaces and connectivity,

— passenger communication,

— passenger connectivity,

— passenger flow monitoring,

— accessibility,

— transport hub design, layout, logistics, passenger and pedestrian movement and facilities,

— package-specific bid evaluation support.

Category C: Commercial Advice for Transport.

Typical requirements 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 Procurement strategy, delivery and assurance,

— Contract Administration and Contract Management,

— estimating, cost planning and cost data analysis and benchmarking,

— package-specific bid evaluation support,

— package-specific bid evaluation support.

Category D: Transport Infrastructure and Asset Advice.

Typical requirements 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,

— 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 and operating advice,

— power / electrification — strategy and advice,

— telecom

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Group Commercial Directorate, Department for Transport

Great Minster House, 33 Horseferry Road

London

SW1P 4DR

UK

Contact person: Mr Jack Kite

E-mail: STAR2enquiries@dft.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-for-transport

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://award.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Other: Transport

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Specialist Technical and Commercial Advisory Services for Rail and Other Transport Modes Framework (STAR 2)

II.1.2) Main CPV code

71311200

 

II.1.3) Type of contract

Services

II.1.4) Short description

To support the Department’s commitment to increase the level of investment in transport by 50% by 2020 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 (STAR) Framework which is managed by the Department’s Group Commercial Directorate (GCD). Subject to approvals, on behalf of the Department and other Crown Bodies, GCD intend to procure a replacement 4 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 STAR Framework term expires in August 2019.

All enquiries relating to access to procurement documents should be sent to star2enquiries@dft.gov.uk

II.1.5) Estimated total value

Value excluding VAT: 110 000 000.00  GBP

II.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: 3

II.2) Description

Lot No: 1

II.2.2) Additional CPV code(s)

71311230

79419000

71241000

71244000

71311300

71313000

72240000

73000000

79310000

79400000

79411100

79412000

79418000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

London SW1P 4DR.

II.2.4) Description of the procurement

Lot 1 is proposed to have a similar structure to the current single Lot STAR Framework which is split into 3 grades of Suppliers (Prime, Medium and Expert) dependent on initial bidding criteria relating to capability, capacity and availability.

It is proposed that Lot 1 of STAR 2 will provide specialist technical and commercial advisory (consultancy) services across 5 specialist categories:

Category A: Transport Strategy, Planning and Economic Forecasting Advice.

Typical requirements 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,

— market reviews production,

— 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.

Category B: Transport Operations and Performance Advice.

Typical requirements 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 and sustainability,

— franchise integration,

— management and business structure,

— operational mobilisation,

— operational safety,

— modal and inter-modal integration, interfaces and connectivity,

— passenger communication,

— passenger connectivity,

— passenger flow monitoring,

— accessibility,

— transport hub design, layout, logistics, passenger and pedestrian movement and facilities,

— package-specific bid evaluation support.

Category C: Commercial Advice for Transport.

Typical requirements 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 Procurement strategy, delivery and assurance,

— Contract Administration and Contract Management,

— estimating, cost planning and cost data analysis and benchmarking,

— package-specific bid evaluation support,

— package-specific bid evaluation support.

Category D: Transport Infrastructure and Asset Advice.

Typical requirements 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,

— 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 and operating advice,

— power / electrification — strategy and advice,

— telecommunications / CIS — strategy and advice,

— package-specific bid evaluation support.

Category E: Transport Project and Programme Management Advice.

Typical requirements 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 management commercial advice,

— project representative,

— enterprise, programme and project integration management,

— package-specific bid evaluation support.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 95 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 22

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.2) Additional CPV code(s)

71244000

79411000

79412000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

London, SW1P 4DR.

II.2.4) Description of the procurement

It is proposed that Lot 2 of STAR 2 will provide 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:

— General Strategic Commercial Advice for Transport,

— Strategic Commercial Advice for Transport research,

— commercial strategy development,

— commercial assurance,

— business and commercial Model design,

— model analysis and testing of commercial models,

— commercial due diligence.

Lot 2 is intended to be used for occasional short term consultancy commissions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 7 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.2) Additional CPV code(s)

71311200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

London, SW1P 4DR.

II.2.4) Description of the procurement

It is proposed that Lot 3 will provide up to 6 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 G: 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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 7 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.3) Technical and professional ability

List and brief description of selection criteria:

The Technical conditions of participation for each Lot 1 Grade are as detailed below:

Prime:

— is able to provide a team of 20 personnel at any one time to meet the future requirement for an entire project,

— 5 Years rail and other transport mode experience,

— must have capability across all Lot 1 categories of service with a minimum of 6 personnel per category at Senior Consultant or Director level to meet not less than 80% of the subcategory requirements for each of the Lot 1 categories.

Medium:

— is able to provide a team of 6 personnel at any one time to meet the future requirement for an entire category package,

— 5 years rail and other transport mode experience,

— must have capability across no more than 2 Lot 1 categories of service with a minimum of 6 personnel per category at Senior Consultant or Director level to meet not less than 80% of the subcategory requirements per Category.

Expert:— is able to provide at least 1 resource to meet the future requirement for isolated specialist advice,

— 5 years rail and other transport mode experience,

— must have capability across no more than 2 Lot 1 categories of service with a minimum of 1 resource per category at Senior Consultant or Director level to meet not less than 60% of the subcategory requirements per category.

The Technical conditions of participation for the Lot 2 MEDIUM Grade is as detailed below:

— is able to provide a team of 6 personnel at any one time to meet the future requirement for an entire category package,

— 5 years rail and other transport mode experience,

— must have capability of service with a minimum of 5 personnel at Senior Consultant or Director level to meet the sub-category requirements of Category F.

The Technical conditions of participation for the Lot 3 AGENT Supplier Grade is as detailed below:

— is able to provide a team of 6 personnel at any one time to meet the future requirement for an entire category package,

— 5 years rail and other transport mode experience,

— must have access to at least 20 Senior Consultants or Directors with the capability of providing Lot 3 - Category G advice.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Framework Contract will be awarded utilising the NEC3 Professional Services Contract with options A, C or E for future Work Package Orders.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 104

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 033-071849

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 15/06/2018

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 01/10/2018

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

Royal Courts of Justice Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

Internet address(es)

URL: www.justice.gov.uk

VI.5) Date of dispatch of this notice

04/05/2018

Coding

Commodity categories

ID Title Parent category
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79411100 Business development consultancy services General management consultancy services
71244000 Calculation of costs, monitoring of costs Architectural, engineering and planning services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
79419000 Evaluation consultancy services Business and management consultancy services
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
79412000 Financial management consultancy services Business and management consultancy services
79411000 General management consultancy services Business and management consultancy services
71311300 Infrastructure works consultancy services Civil engineering consultancy services
79310000 Market research services Market and economic research; polling and statistics
79418000 Procurement consultancy services Business and management consultancy services
71311230 Railway engineering services Civil engineering consultancy services
73000000 Research and development services and related consultancy services Research and Development
72240000 Systems analysis and programming services Software programming and consultancy services
71311200 Transport systems consultancy services Civil engineering consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
STAR2enquiries@dft.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.