Notice Information
Notice Title
Consultancy support for HSW enforced accessibility regulatory activities
Notice Description
The Office of Rail and Road (ORR) invites tenders for the provision of expert consultancy support to assist with its regulatory responsibilities concerning rail vehicle accessibility. The successful supplier will provide independent, evidence-based analysis of potential non-compliances with accessibility standards under the Railways (Interoperability) Regulations 2011 and the Rail Vehicle Accessibility (Non-Interoperable Rail System) Regulations 2010. This support will be delivered under a call-off contract structure, with individual Statements of Work issued as required. The consultant will be expected to respond to reactive casework, often initiated by public complaints, and produce detailed reports to inform enforcement decisions. The contract will run for approximately 36 months.
Lot Information
Lot 1
Renewal: The initial contract is expected to run for approximately 36 months, with a maximum budget of PS80,000 (excluding VAT). While the contract is structured as a call-off agreement with no guaranteed volume of work, ORR reserves the right to extend the contract duration by upto 12months or increase the scope through additional Statements of Work (SoWs), subject to performance, budget availability, and evolving regulatory needs. Any extension would be contingent on mutual agreement and may involve revised service levels, updated charge rates, or additional deliverables.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05d234
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/067715-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Below threshold - open competition
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
71311200 - Transport systems consultancy services
79410000 - Business and management consultancy services
Notice Value(s)
- Tender Value
- £80,000 Under £100K
- Lots Value
- £80,000 Under £100K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Oct 20254 months ago
- Submission Deadline
- 21 Nov 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 15 Dec 2025 - 31 Mar 2028 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- OFFICE OF RAIL AND ROAD
- Contact Name
- Not specified
- Contact Email
- procurementteam@orr.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- E14 4QZ
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI42 Tower Hamlets
- Delivery Location
- Not specified
-
- Local Authority
- Tower Hamlets
- Electoral Ward
- Canary Wharf
- Westminster Constituency
- Poplar and Limehouse
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/067715-2025
23rd October 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05d234-2025-10-23T10:45:34+01:00",
"date": "2025-10-23T10:45:34+01:00",
"ocid": "ocds-h6vhtk-05d234",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PMPH-6471-MDYY",
"name": "Office of Rail and Road",
"identifier": {
"scheme": "GB-PPON",
"id": "PMPH-6471-MDYY"
},
"address": {
"streetAddress": "25 Cabot Square",
"locality": "London",
"postalCode": "E14 4QZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI42"
},
"contactPoint": {
"email": "procurementteam@orr.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PMPH-6471-MDYY",
"name": "Office of Rail and Road"
},
"tender": {
"id": "ORR CT 25-52",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Consultancy support for HSW enforced accessibility regulatory activities",
"description": "The Office of Rail and Road (ORR) invites tenders for the provision of expert consultancy support to assist with its regulatory responsibilities concerning rail vehicle accessibility. The successful supplier will provide independent, evidence-based analysis of potential non-compliances with accessibility standards under the Railways (Interoperability) Regulations 2011 and the Rail Vehicle Accessibility (Non-Interoperable Rail System) Regulations 2010. This support will be delivered under a call-off contract structure, with individual Statements of Work issued as required. The consultant will be expected to respond to reactive casework, often initiated by public complaints, and produce detailed reports to inform enforcement decisions. The contract will run for approximately 36 months.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71311200",
"description": "Transport systems consultancy services"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 96000,
"amount": 80000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Below threshold - open competition",
"mainProcurementCategory": "services",
"aboveThreshold": false,
"submissionMethodDetails": "Tenders must be submitted via the ORR eTendering portal: https://orr.ukp.app.jaggaer.com/go/84414118019A1074079D",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed"
},
"tenderPeriod": {
"endDate": "2025-11-21T12:00:00Z"
},
"enquiryPeriod": {
"endDate": "2025-11-12T12:00:00Z"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 96000,
"amount": 80000,
"currency": "GBP"
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers must confirm their capability to evaluate compliance in respect of UK rail accessibility legislation and standards, including: The Railways (Interoperability) Regulations 2011 (as amended) The Rail Vehicle Accessibility (Non-Interoperable Rail System) Regulations 2010 PRM TSI (2008-2014) PRM NTSN (2021) ACC NTSN (2025) This includes the ability to interpret statutory requirements, evaluate technical and management system arrangements, and produce robust, evidence-based reports to support regulatory enforcement decisions."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-12-15T00:00:00Z",
"endDate": "2028-03-31T23:59:59+01:00",
"maxExtentDate": "2029-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract is expected to run for approximately 36 months, with a maximum budget of PS80,000 (excluding VAT). While the contract is structured as a call-off agreement with no guaranteed volume of work, ORR reserves the right to extend the contract duration by upto 12months or increase the scope through additional Statements of Work (SoWs), subject to performance, budget availability, and evolving regulatory needs. Any extension would be contingent on mutual agreement and may involve revised service levels, updated charge rates, or additional deliverables."
},
"awardCriteria": {
"description": "The contract will be awarded to the supplier submitting the most advantageous tender based on the following weighted criteria: Methodology (30%) - Quality and robustness of the proposed approach to delivering the requirement. Experience (40%) - Relevant expertise and track record in similar consultancy assignments. Delivery (10%) - Ability to meet timelines, manage risks, and respond flexibly to reactive casework. Cost/Value for Money (20%) - Competitive pricing based on day rates and overall cost effectiveness."
}
}
],
"documents": [
{
"id": "A-6549",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-6549",
"format": "application/pdf"
},
{
"id": "A-6550",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-6550",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-6551",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-6551",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-6552",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-6552",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "067715-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/067715-2025",
"datePublished": "2025-10-23T10:45:34+01:00",
"format": "text/html"
}
]
},
"language": "en"
}