Published date: 29 May 2018

Last edited date: 29 May 2018

Awarded contract - This means that the contract has been awarded to a supplier.


Closing: 30 March 2018

Contract summary

Industry

  • Financial and insurance services - 66000000

Location of contract

Any region

Value of contract

£505,750

Procurement reference

PRO 04/055/174 A to I

Published date

29 May 2018

Closing date

30 March 2018

Contract start date

30 April 2018

Contract end date

31 December 2018

Contract type

Service contract

Procedure type

Single tender action (below threshold)

A direct contract with a single supplier, without competition.

This procedure can be used for procurements below the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


Description

"The Department received from TfL the SOBC for the proposed Crossrail 2 scheme in March this year. This was not accepted by BICC, primarily due to deficiencies in the Financial Case. The SoS and Mayor of London have agreed that an independent review should be carried out to assess the work done to date and examine options. Appointment panel members who will have overall responsibility for the delivery of the review. They will be responsible for:
"• Strong and capable leadership and management of the Review being ultimately accountable for the conduct and conclusions of the Review.
• Deliver a coherent and unified interim and end report that delivers against Minister's and Mayor's requirements
• Work with both SROs to ensure that the review is delivering the required work to an appropriate standard and by the timelines instructed.
• Coordination of the work across the 3 subject areas of cost and risk, funding and financing. Integrating the different strands into a coherent and unified whole that is compelling in its conclusions and credible in the work undertaken.
• Management of the sub-panel chairs and other panel members to ensure effective and coherent delivery on their part.
• Support the IPT Managing Director in managing workloads and requests from sub-panels and panel members. This includes to the advisors contracted to the IPT
• Support the DfT in managing request to the independent advisors, ensuring that the scope and breadth of requests is reasonable balancing the need for independent advice, and value for money and contract limits.
• Providing insight and guidance on the effective specification and delivery of multi-billion pound infrastructure schemes based on own relevant experience, skills, qualifications and knowledge.
• Support the delivery of the report by the instructed timeline, including the specified checkpoints for Ministerial involvement.
• Have responsibility for providing input and driving subject areas and workstreams to the highest standard possible.
• Have collective reasonability for the quality, validity and robustness of the options (and any recommendations) of the Report
• Ensure that the interim report deliver the necessary levels of assurance to allow Ministers to decide on next steps as part of Budget 2018 considerations.
• Ensure that a full range of options are looked at in appropriate detail without prejudice and ensuring that the range are presented to Ministers to allow them to see a range of possible ways to proceed with the scheme.
• Challenge existing assumptions, methods and conclusions of the previous SOBC and further work conducted in the summer of 2017.
• Re-examine options previously discounted to ensure that they were not done so prematurely.
• Work with other panel members to conceive; develop, refine and analyse; and reach conclusions around innovative options, possibilities and elements of the work.
• Commission the IPT to deliver work and analysis as required to fulfil other responsibilities."


More information

Attachments

Additional text

A total of 9 panel members have been appointed. 7 panel members are being paid by Department for Transport under contract reference A, D E, F ,G ,H and I. The other 2 x panel members under reference Contract B and C are being paid by Transport for London.


Award information

Awarded date

27 April 2018

Contract start date

30 April 2018

Contract end date

31 December 2018

Total value of contract

£505,750

This contract was awarded to 7 suppliers.

Infraboard Ltd

Address

Nightingale House
46-48 East Street
Epsom
Surrey
KT17 1HQ

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

Additional details

Contract A

WATLING FOSSE LIMITED

Address

88 Arthur Road
LONDON
SW19 7DT
GB

Reference

Companies House number: 10211758

Supplier is SME?

No

Supplier is VCSE?

No

Additional details

Contract D

Redbourne Management Solutions Ltd

Address

4 Bath Court
Kings Esplanade
Hove
East Sussex
BN3 2WP

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

Additional details

Contract E

SAFEGUARD FINANCE LIMITED

Address

44/45 Chancery La.
WC2A 1JB
GB

Reference

Companies House number: 00537485

Supplier is SME?

No

Supplier is VCSE?

No

Additional details

Contract F

liz Peace Ltd

Address

4 Wincanton Close
Alton
Hampshire
GU34 2TQ

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

Additional details

Contract G

STEER DAVIES & GLEAVE LIMITED

Address

28-32 Upper Ground
SE1 9PD
GB

Reference

Companies House number: 01883830

Supplier is SME?

No

Supplier is VCSE?

No

Additional details

Contract H

Walker Smith Contracting

Address

22 Lambridge Place
Bath
BA1 6RU

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

Additional details

Contract I


About the buyer

Address

Great Minster House,76 Marsham Street
LONDON
SW1P4DR
England

Email

dftprocurement@dft.gov.uk