Terms of Reference / Proposal for the Origin

INVITATION TO PROVIDE A PROPOSAL FOR PROVISION OF A
SERVICE CONTRACT UNDER THE TERMS OF THE AUTHORITY
FRAMEWORK AGREEMENT
From:
To:
Office of Rail Regulation
One Kemble Street
London WC2B 4AN
All suppliers on sub-lot 2A of the framework for the
provision of Economic, Financial and related consultancy
services to the Gas & Electricity Markets Authority and
other UK Regulatory Bodies
Work Title: Station Counts (March 2015)
Contract duration:
5 weeks
Commencement date:
w/c 23rd February 2015
Deadline for receipt of proposal:
Friday 20th February 2015
Extension Option:
None
Proposal to be sent to Peter Gamble –
[email protected]
SUBJECT TO ANY SPECIAL PROVISIONS MADE BELOW, THIS REQUIREMENT WILL
BE SUBJECT TO THE AGREED TERMS AND CONDITIONS FOR THE FRAMEWORK
AGREEMENT.
Fees shall be no greater than those agreed for the framework, but suppliers may propose
lower rates for a specific piece of work if they wish.
The Customer will appoint the supplier on the basis of the most economically
advantageous tender (taking account of any specific criteria published with this invitation to
tender).
The Customer is subject to the provisions of the Freedom of Information Act 2000.
Accordingly, all information submitted to a public authority may need to be disclosed by the
public authority in response to a request under the Act. We may also decide to include
certain information in the publication scheme which we maintain under the Act.
If you consider that any of the information included in your tender is commercially sensitive,
please identify it and explain (in broad terms) what harm may result from disclosure if a
request is received, and the time period applicable to that sensitivity.
7503574
1
You should be aware that, even where you have indicated that information is commercially
sensitive, we may be required to disclose it under the Act if a request is received.
Please also note that the receipt of any material marked ‘confidential’ or equivalent by the
public authority should not be taken to mean that the public authority accepts any duty of
confidence by virtue of that marking. If a request is received, we may also be required to
disclose details of unsuccessful tenders. The relevant material will, in response to FOI
requests, be examined in the light of the exemptions provided for in the FOI Act.
Additionally, Providers should be aware that a public authority may be required to publish
details of contract award and spend data.
Invoice Address:
Accounts Payable
Office of Rail Regulation
One Kemble Street
London WC2B 4AN
7503574
2
INVITATION TO PROVIDE A PROPOSAL
AND
STATEMENT OF REQUIREMENTS
Station Counts (March 2015)
Tender Reference ORR/ST/14-78
7503574
3
Purpose of document
The purpose of this document is to invite proposals for the Office of Rail Regulation
(ORR).
This document contains the following sections:
1. Introduction to the Office of Rail Regulation
2. Statement of Requirement
3. Tender Proposal & Evaluation Criteria
4. Procurement Procedures
7503574
4
1. Introduction to the Office of Rail Regulation (ORR)
The Office of Rail Regulation is the independent safety and economic regulator of
Britain’s railways.
ORR currently employs approximately 300 personnel and operates from 6 locations
nationwide. The majority of personnel are located at ORR’s headquarters, One
Kemble Street, London.
ORR’s Vision, Roles and Objectives
Our vision of success for Britain’s railways:



Zero workforce and industry-caused passenger fatalities, with an ever-decreasing
overall safety risk.
Satisfaction levels of passengers and freight customers equivalent to the best in
railways and other forms of transport.
Efficiency equivalent to that achieved by the best comparable railways in the
world.
Our principal roles are:



Securing delivery by the industry of its regulatory obligations.
Helping the mainline railway meet the long-term challenges.
Enhancing and keeping under review the industry’s framework of incentives,
accountabilities and competition.
Our strategic objectives for 2009-14 are





Drive for a safer railway:
Support a better service for customers:
Secure value for money from the railway, for users and funders:
Promote an increasingly dynamic and commercially sustainable sector:
Be a high-performing regulator:
Supplying ORR
The ORR procurement unit is responsible for purchasing the goods and services
necessary for ORR to achieve its role as the economic and health & safety regulator
of the rail industry.
The ORR Procurement unit subscribes to the following values:

to provide a modern, efficient, transparent and responsible procurement
service;

to achieve value for money by balancing quality and cost;

to ensure contracts are managed effectively and outputs are delivered;

to ensure that processes have regard for equality and diversity; and

to ensure that procurement is undertaken with regard to Law and best
practice.
For further information on ORR please visit our website: www.orr.gov.uk
7503574
5
2. Invitation to tender for Station Counts (March 2015)
Introduction
1.
The Railways Act 1993 states that it shall be the duty of the ORR to collect
information with respect to the provision of railway services with a view to facilitating
the exercise of its functions under that part of the Act. Therefore ORR has a
responsibility to gather and possibly publish rail statistics which are relevant to the
industry.
2.
Consequently, the Office of Rail Regulation (ORR) publishes an annual
dataset on station usage which provides an estimate of the total entries and exits for
each station within Great Britain.
Purpose of contract
3.
The primary aim of the contract is to obtain passenger counts data from a
number of group stations to provide a more robust estimate of the proportion of travel
to/from each of the stations within the group. These counts should take place in
March 2015 so that the estimates can be used to form part of the ‘Estimates of
station usage 2014-15’ dataset, which is published on the ORR website and used by
a wide variety of stakeholders to inform key decisions.
Required consultancy services
4.
The contractor will be required to take a flexible approach to the methodology
used to carry out the group station counts. The current methodology used to assign
the appropriate proportion of journeys to stations part of a group should be the same
or similar to that used in the most recent versions of the ‘Estimates of station usage’
unless a better alternative can be presented. Details of the current methodology will,
if necessary, be made available to the contractor.
5.
From the station counts, the contractor will be required to derive annual
counts for 2014-15 for each of the individual stations within the group and use
existing data to corroborate or refute the current estimates used within station usage.
The contractor will then be expected to recommend whether the new splits are
appropriate for inclusion in the 2014-15 dataset.
6.
There are examples of other work being done on passenger counts estimates
by rail user groups and consultants (e.g. West Anglia Routes Group). The contractor
7503574
6
will be expected to research these alternative counts to further support their
recommendations.
Deliverables
7.
The contractor should provide ORR with an excel spreadsheet showing the
following fields:
a) Station Group
b) Station Name
c) Number of entries & exits from counts data (for each date that counts
took place)
d) Annual number of entries & exits (aggregated from counts data)
e) Proportion of entries & exits within the group (based on counts data)
f) 2013-14 entries & exits (from ‘Estimates of station usage’)
g) Proportion of entries & exits within the group (based on 2013-14
‘Estimates of station usage’)
8.
The contractor should provide a report to ORR giving full details on:

The methodology applied for the station counts and the checks that have
been performed to validate the counts
3. Tender Response & Evaluation Criteria
The contract will be awarded to the Bidder(s) submitting the ‘most
9.
economically advantageous tender’. Tenders shall be evaluated according to the
following criteria:

Cost (20%)
Please provide a fixed price (up to £70,000), based on delivery of the required
outcomes /outputs using Matrix A. Please note that the fixed price must include
consultant travel costs and reasonable expenses.
Matrix A
Year
Fixed Fee exclusive of VAT
2014-15

Methodology (30%)
7503574
7
The proposal should set out how the project will be initiated, delivered and
concluded. In particular, it must:
(a) Explain the approach to the station count methodology
(b) Outline which stations will be covered by the contract
(c) Explain the resources that will be allocated to delivering the required
outcomes/output, and what other resources can be called upon if required;

Skill Set of Project Team (25%)
Provide CVs of the consultants who will be delivering the project. Highlight relevant
skills and experience for this project. In support of your proposal you may submit up
to two additional illustrative case studies. The case studies should clearly illustrate
the issues encountered, the outcomes expected by the client and the outcomes
delivered.

Delivery (25%)
(a) Provide dates by which the deliverables will be supplied to ORR, detailing the
resources that will be allocated to each stage.
(b) Demonstrate an understanding of ‘data quality’ and what measures will be put in
place to ensure that when data is delivered it is fit for purpose.
Contract Management
10.
Regular correspondence relating to the project should be done via e-mail or
telephone; however an ad-hoc meeting may be arranged if one party feels the need.
Timelines
11.
The timeline for award of contract is set out below.
Event
By
ITT published
10/02/15
Submission of Clarification Questions
16/02/15, 12:00
Proposals submitted to ORR
20/02/15, 16:00
Contractor interviews
w/c 23rd February 2015
Contract awarded and set up meeting
w/c 23rd February 2015
12.
The contract length will be for five weeks and the proposal should contain
dates by which the deliverables will be supplied to ORR.
7503574
8
Terms & Conditions and Contractual Information
13.
As you may know, it is a requirement for consultancy contracts over 9 months
to have Cabinet Office approval. This being the case, we have obtained approval to
go out to tender.
We will also need to obtain approval to let the contract to the chosen supplier.
Although, as initial output is required promptly we will let the contract on the caveat
that if we fail to obtain approval to let, the contract it will be terminated within 9
months without cost to the ORR.
14.
Any contract awarded, as a result of this procurement will be placed with a
prime contractor who will take full contractual responsibility for the performance of all
obligations under the contract. Any sub-contractors you intend to use to fulfil any
aspect of the services must be identified in the tender along with details of their
relationship, responsibilities and proposed management arrangements.
Intellectual Property Rights and Publication of Documents
15.
ORR will own the Intellectual Property Rights for all project related
documentation and artefacts and the Assigned Deliverables.
16.
ORR reserves the right to publish the documents, either in full or in part. As
such, all documents identified for publication by ORR should be drafted in such a
manner that allows publication without the need for further input from the chosen
supplier.
Publication of Contract
17.
Please note that from 01/01/2011 all central government departments have
been required to publish in full contracts let where the value is above £10,000. As
such, information provided by a winning bidder which is included within the contract
documentation will be published if not redacted under a FOIA 2000 exemption.
Submission of Tender Documentation and Clarification Questions
18.
Clarification questions and tenders must be uploaded to the ORR eTendering
portal no later than the dates and times listed above. Tenders uploaded after
the closing date and time may not be accepted. Bidders have the facility to upload
later versions of tenders until the closing date/time.
7503574
9
As part of transparency and to avoid duplication we will broadcast clarification
question and answers. However, please let us know if you feel your Q&A should not
be broadcasted and we will consider your reason.
7503574
10