INVITATION TO TENDER STATEMENT OF REQUIREMENT & GENERAL INFORMATION Assessing the efficiency of Network Rail’s total employment costs in CP5 CPV Code : 79414000 : Human resources management consultancy services TENDER REFERENCE: ORR/CT/12-43 3977757 Purpose of document The purpose of this document is to invite proposals for an assessment of the efficiency of Network Rail’s total employment costs in CP5, 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 3977757 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 250 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 everdecreasing overall safety risk. Satisfaction levels of passengers and freight customer’s 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: Passengers and freight customers benefit fully from improved safety, performance, efficiency and capacity. All parts of the railway have excellent health and safety culture and risk control processes. Whole-life asset management in the rail industry matches that of best practice comparators. Committed improvements to the railways are delivered in a timely and efficient way. The mainline industry has in place arrangements to achieve the best use of capacity on the network. All parts of the industry put in place arrangements so that they have and sustain the skills and competence needed to meet the challenges of 200914 and beyond. Data produced by the industry is better turned into information so that all parties can make effective and consistent use of it, and the industry’s management systems are more robust and meet international standards. 3977757 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.rail-reg.gov.uk Small and Medium Enterprises ORR considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Enterprises are categorised as Micro, Small, Medium or Large as follows: Enterprise Category Headcount Turnover or Balance Sheet Total Micro <10 ≤ € 2 million ≤ € 2 million Small <50 ≤ € 10 million ≤ € 10 million Medium <250 ≤ € 50 million ≤ € 43 million Large >251 > € 50 million > € 43 million Please ensure that you indicate how your organisation is categorised on the Form of Tender document which should be submitted along with your proposal. 3977757 2. Statement of Requirement 2.1 Background to the project Network Rail’s current regulatory settlement runs until March 2014. As part of our current periodic review (PR13), ORR will determine Network Rail’s revenue requirement for the next review period (CP5), which will run from 2014-15 to 201819, in October 2013. As part of this work, ORR needs to make an assessment of Network Rail’s proposed costs in CP5. We will then use this assessment to inform our PR13 draft determinations in June 2013 and final determinations in October 2013. During our previous periodic review (PR08), we commissioned an employment costs report1 which found employment costs at Network Rail were around 15% - 20% above the market. This study was undertaken in 2008 and we now wish to engage consultants to undertake a new study to assess Network Rail’s total employment costs for CP5 and determine if they are efficient. 2.2 Project Objectives & Scope Objective The primary objective of the study is to review Network Rail’s proposed CP5 total employment costs and determine if they are efficient. By ‘total employment costs’ we mean the total employment costs per employee, including all elements of their package, e.g. pension contributions, bonus, and holiday entitlement. This is not a review of the level of efficiency of Network Rail’s total expenditure on employment, e.g. this is not about whether Network Rail has the correct number of maintenance staff. Scope Although we are open to discussing with bidders how best to group Network Rail’s staff costs, we would expect any review to cover the following types of employees: administration; maintenance; staff who work on capital projects; signallers; and other operations staff. In September 2011, Network Rail undertook an internal benchmarking exercise on part of its employment costs. This involved looking at the employment costs of: administrative, managerial and professional staff; maintenance staff; and signallers. As part of this review, the successful bidder will need to consider the findings of 1 The ‘Network Rail: Employment Costs Efficiency Review’ report by Inbucon (completed in 2008) is available at: http://www.rail-reg.gov.uk/upload/pdf/pr08-empcsts_rep_130209.pdf. 3977757 Network Rail’s own benchmarking exercise. In line with the recommendations of the McNulty Rail Value for Money Study, Network Rail is devolving greater responsibility to its ten operating routes. As a result, the consultants will need to consider whether there are differences in the efficient level of Network Rail total employment costs across Network Rail’s operating routes2. As part of this study, we also want to understand how other similar organisations manage their employment costs, particularly those that started from a position of inefficiency in recent years, e.g. since the beginning of recent issues in the financial markets. The consultants should expect their work to be challenged by Network Rail and other interested parties. Related studies In parallel with this study, we are also commissioning a review of how efficiently Network Rail manages general price inflation and input price inflation risk. This review will also provide some coverage of Network Rail’s employment costs. As such, the successful bidder may find it helpful to contact the consultants carrying out the inflation management review during the course of their work. 2.3 Project Outputs & Deliverables Outputs A study is required that: estimates the efficient level of total employment costs (separately for each operating route) for each of the employee groups below: a) administration; b) maintenance; c) staff who work on capital projects; d) signallers; and e) other operations staff. considers whether there are differences in the efficient level of Network Rail total employment costs across Network Rail’s operating routes; compares Network Rail’s management of its employment costs to other similar organisations; seeks to identify whether, where there have been increases in employment costs, there has been an increase in quality of the inputs/outputs; where possible, suggests ways in which Network Rail can improve its approach in areas where employment costs are found to be inefficient;. provides a detailed description of the methodology and data sets used, including details of assumptions made; and 2 The ten Network Rail operating routes are: Anglia, East Midland, Kent, London North Eastern, London North Western, Scotland, Sussex, Wales, Wessex and Western. 3977757 provides robust, evidence-based justifications for the conclusions reached. Assigned Deliverables Three deliverables are required for this study: an interim report, detailing the methodology and data used, evidence, key issues and findings by 1 February 2013; a draft final report by 15 February 2013; and a final report by 5 March 2013. Each of the reports need only be provided in electronic format. Meetings The intention is to hold the start-up meeting on 21 December 2012 at ORR’s offices. We would expect to have at least two further meetings to discuss the interim and draft final reports. We expect that the consultants will need to be in regular contact with our Regulatory Finance team during the course of this review. Most of these contacts are expected to be by email or phone. Additional outputs In addition to the above services, the consultants will also provide any other assistance to our review as may be required. 3977757 2.4 Project Timescales The provisional project timetable is as follows: Award of contract 19 December 2012 Start-up meeting 21 December 2012 Submission of draft final report 15 February 2013 Submission and presentation of final report 5 March 2013 2.5 Budget ORR expects bidders to provide a fixed price for delivery of this requirement up to a ceiling of £45,000. 2.6 Further project related information for bidders Terms & Conditions The work will be subject to ORR’s standard terms and conditions (copy attached) Intellectual Property Rights ORR will own the Intellectual Property Rights for all project related documentation and artefacts and Assigned Deliverables. ORR reserves the right to publish the documents, either in full or in part. As such, all documents should be drafted in such a manner that allows publication without the need for input from the chosen supplier. Confidentiality Each Party shall: (a) treat all Confidential Information belonging to the other Party, and any information provided by Network Rail not in the public domain, as confidential and safeguard it accordingly; and (b) not disclose any Confidential Information belonging to the other Party, or Network Rail, to any other person without the prior written consent of the other Party, except to such persons and to such extent as may be necessary for the performance of the Contract or except where disclosure is otherwise expressly permitted by the provisions of this Contract. All consultants working on the project will be required to sign a confidentiality agreement and abide by the Cabinet Office’s protective marking guidelines, which ORR uses to protectively mark a proportion of its information. In addition, the consultant may be required to sign additional confidentiality agreements as required by stakeholders. Sub-Contractors Contractors may use sub-contractors subject to the following: That the Contractor assumes unconditional responsibility for the overall work and its quality That individual sub-contractors are clearly identified, with fee rates and grades made explicit to the same level of detail as for the members of the lead consulting team 3977757 Internal relationships between the Contractor and its sub-contractors shall be the entire responsibility of the Contractor. Failure to meet deadlines or to deliver work packages by a subcontractor will be attributed by ORR entirely to the Contractor. 3977757 3. Tender Response & Evaluation criteria 3.1 The Tender Response The proposals for this project should include an outline of how bidders will meet the requirement outlined in section (ii) “Statement of Requirement”. The following information should be included: a) Understanding of customer's requirements Demonstrate an understanding of the requirement and overall aims of the project b) Approach to customer's requirements Provide an explanation of the proposed approach and any other views that the consultants have for managing the review A project plan to show how outputs and deliverables will be produced within the required timescales, detailing the resources that will be allocated Proposed reporting arrangements An understanding of the risks, and explain how they would be mitigated to ensure delivery Whether any conflicts or potential conflicts of interest exist What support bidders will require from ORR c) Proposed delivery team Name of proposed personnel including details of how their key skills, experience and qualifications align to the delivery of the project, including summary CVs Details of similar work previously carried out by the company and proposed project team A resource proposal showing details of the expected input per member of the project team Project roles and responsibilities d) Pricing A fixed fee for the project inclusive of all expense. This should include: o A breakdown of the personnel who will be involved with the project o Associated charge rates o Anticipated time inputs that can be reconciled to the fixed fee Daily rates for any other assistance 3977757 3.2 Evaluation Criteria Proposals received in response to the ITT will then be evaluated against the criteria and weightings included in the ITT and a contract will be awarded to the supplier that provides the most economically advantageous proposal. Quality Criteria (75%) which consists of the following sub-criteria: Methodology (25%) a) Explain the methodology and delivery mechanisms to ensure that the requirements of this specification are met in terms of quality b) Explain how your organisation will work in partnership with ORR’s project manager to ensure that the requirement is met c) Demonstrate an understanding of the risks, and project dependencies and explain how they would be mitigated to ensure project delivery Delivery (15%) a) Explain how this work will be delivered to timescale and how milestones will be met, detailing the resources that will be allocated to each stage b) Explain the resources that will be allocated to delivering the required outcomes/output, and what other resources can be called upon if required Relevant skills & knowledge (35%) The proposal should set out any experience relevant to the project requirement. In particular, it must: a) Provide CVs of the consultants who will be delivering the project b) Highlight relevant experience for this project, submitting examples of similar projects Commercial Criteria (25%) Cost / Value for money (25%) A fixed fee / fixed day rates for delivery of the project requirement (inclusive of all expenses), including a full price breakdown for each stage of the project and details of the day rates that will apply for the lifetime of this project using the following matrix Name of Grade as Consultant defined below Day Rate £ (max) Number of days Total £ 3977757 Please note that consultancy grades should align with the following definitions: Grade Requirement Junior consultant Demonstrable experience in a wide range of projects in their specialist field. Evidence of client facing experience and support services to wider consultancy projects. Notable experience and in-depth knowledge of their specialist field. Evidence of a wide range of consultancy projects and client facing experience. Support work in process and organisational design and leading workshops and events. Substantial experience in their specialist field and in a consultancy/training role. Previous experience in project management and working in a wide range of high quality and relevant projects. Familiarity of the issues/problems facing public sector organisations. Substantial experience in their specialist field and in a consultancy/training role. Sound knowledge of the public sector and current policy and political issues affecting it. Previous experience in project management on at least three major projects, preferably in the public sector and using the PRINCE2 or equivalent method. Substantial experience in their specialist field and in a consultancy role. In depth knowledge of the public sector and of current policy and political issues affecting it. Previous experience in project management on at least 5 major projects, preferably in the public sector and using PRINCE2 or equivalent methods. Extensive experience in their specialist field, in which they are nationally or internationally renowned as an expert. Extensive experience of leading or directing major, complex and business critical projects; bringing genuine strategic insight. In depth knowledge of the public sector and of current policy and political issues affecting it. Consultant Senior Consultant Principal Consultant Managing Consultant Director / Partner Marking Scheme for Quality Criteria Score 0 Unanswered or totally inadequate response to the requirement. Complete failure to grasp/reflect the core issues 1 Minimal or poor response to meeting the requirement. Limited understanding, misses some aspects 3 Good understanding and interpretation of requirements, providing clear evidence of how the criterion has been met 5 Excellent response fully addressing the requirement and providing significant additional evidence of how the criterion has been met and how value would be added 3977757 Marking Scheme for Commercial Criteria Score 0 Proposed fee above ORR’s Budget 1 Proposed fee represents little value for money with regards to total costs and number of person days proposed and/or is in the top quartile of the range of fees proposed by bidders 3 Proposed fee in or near the middle of the range of fees proposed by bidders 5 Proposed fee below the middle of the range of fees proposed by bidders 3977757 4. Procurement procedures Tendering Timetable The timescales for the procurement process are as follows: Element Timescale Invitation to tender issued 23 November 2012 Deadline for the submission of clarification questions 30 November 2012 Deadline for submission of proposals 12 December 2012 Interview date 17 December 2012 Award contract# 19 December 2012 Project Inception Meeting* 21 December 2012 *Please ensure that the Project Manager and other key consultants who will be delivering this work are available to give presentations on the interview date # estimate Amendments to ITT document Any advice of a modification to the ITT will be issued as soon as possible before the submission date and shall be issued as an addendum to, and shall be deemed to constitute part of, the Invitation to Tender. If necessary, ORR shall revise the submission date in order to comply with this requirement. Clarifications & Queries Please note that, for audit purposes, any query in connection with the tender should be submitted via the ORR eTendering portal (www.railreg.bravosolution.co.uk). The response, as well as the nature of the query, will be notified to all suppliers without disclosing the name of the Supplier who initiated the query. Submission Process Bidders must be uploaded to the ORR eTendering portal no later than the submission date and time shown above. Proposals uploaded after the closing date and time may not be accepted. Bidders have the facility to upload later versions of their proposals until the closing date/time. Instructions on registering onto the eTendering portal accompany this ITT Please submit the Form of Tender and Disclaimer certificate along with your proposal. Failure to submit these documents may render a bid non-compliant. An evaluation team will evaluate all tenders correctly submitted against the stated evaluation criteria. Further information By issuing this ITT ORR does not undertake to accept the lowest tender, or part or all of any tender. No part of the tender submitted will be returned to the supplier 3977757 Bidding costs remain the responsibility of those tendering. This includes any costs or expenses incurred by the supplier in connection with the preparation or delivery or in the evaluation of proposal. All details of the proposal, including prices and rates, are to remain valid for acceptance for a period of 90 days from the tender closing date. Tender prices must be in Sterling. References provided as part of the tender will be approached during the tender stage Once the contract has been awarded, any additional costs incurred which are not reflected in the tender submission will not be accepted for payment. Freedom of Information Act 2000 As a public authority, ORR is subject to the provisions of the Freedom of Information Act 2000. All information submitted to a public authority may need to be disclosed by the public authority in response to a request under the Act. ORR may also decide to include certain information in the publication scheme which it maintains under the Act. If a bidder considers that any of the information included in its proposal is commercially sensitive, it should 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. Bidders should be aware that even where they have indicated that information is commercially sensitive, ORR may be required to disclose it under the Act if a request is received. Bidders should 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 ORR may also be required to disclose details of unsuccessful bids. Please use the following matrix: to list such information: Para. No. Description Applicable exemption under FOIA 2000 Publication of resultant contract Please note that from 01/01/2011 all central government departments are 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 3977757 contract documentation, if not redacted under a FOIA 2000 exemption, will be published on www.businesslink.gov.uk 3977757
© Copyright 2026 Paperzz