Tender

Consultancy support for HSW enforced accessibility regulatory activities

OFFICE OF RAIL AND ROAD

This public procurement record has 1 release in its history.

Tender

23 Oct 2025 at 09:45

Summary of the contracting process

The Office of Rail and Road (ORR) is currently in the tender stage for a consultancy services contract titled "Consultancy support for HSW enforced accessibility regulatory activities." This contract seeks expert consultancy to support ORR in its regulatory responsibilities concerning rail vehicle accessibility, with a focus on evaluating potential non-compliances under UK rail accessibility legislation. Located in London, this procurement falls under the transport systems and business consultancy services categories. Key dates include an enquiry period ending on 12th November 2025, and a tender submission deadline on 21st November 2025. The procurement method is open, and despite being below threshold, competition remains robust.

This tender presents a significant opportunity for consultancy firms specialising in regulatory compliance and transport systems, particularly those experienced in rail industry standards. Small and medium enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) may find this project suitable, as the procurement explicitly mentions support for these entities. Successful bidders will engage in a three-year call-off contract, potentially extendable by up to 12 months. Businesses that can offer evidence-based reports, respond quickly to regulatory casework, and deliver within specified timelines stand a strong chance of growth by aligning with ORR's strategic objectives.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}