Notice Information
Notice Title
Retail Code of Practice - Rail Reform
Notice Description
The Office of Rail and Road (ORR) is seeking a specialist consultancy to support the development of a new Retail Code of Practice, as required under the Railways Bill. The Code will govern how Great British Railways (GBR), in its future role as both a retailer and operator of key industry retail systems, interacts fairly and transparently with all retail market participants. The supplier will work with ORR, the Department for Transport (DfT), Rail Delivery Group (RDG) and wider stakeholders to develop the Code from initial principles through to full public consultation and final publication. This includes contributing to workshops, drafting the Code, researching best practice from relevant sectors, and helping design an effective dispute-resolution process for non-GBR retailers.
Lot Information
Lot 1
Renewal: This contract may be extended to allow additional work arising from legislative changes, stakeholder input, or further refinement required following the public consultation. The development of the Retail Code of Practice is closely linked to the progress of the Railways Bill and wider industry reforms, which may necessitate additional analysis, workshops or updates beyond the initial scope and timeline.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-065429
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013521-2026
- 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
71313000 - Environmental engineering consultancy services
79400000 - Business and management consultancy and related services
Notice Value(s)
- Tender Value
- £110,000 £100K-£500K
- Lots Value
- £110,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Feb 20261 weeks ago
- Submission Deadline
- 2 Mar 20261 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 10 Mar 2026 - 28 Feb 2027 6-12 months
- 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/013521-2026
13th February 2026 - 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-065429-2026-02-13T15:11:44Z",
"date": "2026-02-13T15:11:44Z",
"ocid": "ocds-h6vhtk-065429",
"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": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PMPH-6471-MDYY",
"name": "Office of Rail and Road"
},
"tender": {
"id": "ORR/CT/25-93",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Retail Code of Practice - Rail Reform",
"description": "The Office of Rail and Road (ORR) is seeking a specialist consultancy to support the development of a new Retail Code of Practice, as required under the Railways Bill. The Code will govern how Great British Railways (GBR), in its future role as both a retailer and operator of key industry retail systems, interacts fairly and transparently with all retail market participants. The supplier will work with ORR, the Department for Transport (DfT), Rail Delivery Group (RDG) and wider stakeholders to develop the Code from initial principles through to full public consultation and final publication. This includes contributing to workshops, drafting the Code, researching best practice from relevant sectors, and helping design an effective dispute-resolution process for non-GBR retailers.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71311200",
"description": "Transport systems consultancy services"
},
{
"scheme": "CPV",
"id": "71313000",
"description": "Environmental engineering consultancy services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 132000,
"amount": 110000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Below threshold - open competition",
"mainProcurementCategory": "services",
"aboveThreshold": false,
"submissionMethodDetails": "Tenders must be submitted electronically via the ORR eTendering Portal. ITT URL: https://orr.ukp.app.jaggaer.com/go/14176286019C577A2EDB All bids must be uploaded to the portal before the stated deadline. The system allows suppliers to upload revised versions of their submissions up until the closing time, but late tenders will not be accepted. All clarification questions must also be submitted through the electronic portal for audit purposes. Responses will be shared with all bidders without identifying the source of the question. No electronic auction will be used in this procurement.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed"
},
"tenderPeriod": {
"endDate": "2026-03-02T12:00:00Z"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 132000,
"amount": 110000,
"currency": "GBP"
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-03-10T00:00:00Z",
"endDate": "2027-02-28T23:59:59Z",
"maxExtentDate": "2027-11-30T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "This contract may be extended to allow additional work arising from legislative changes, stakeholder input, or further refinement required following the public consultation. The development of the Retail Code of Practice is closely linked to the progress of the Railways Bill and wider industry reforms, which may necessitate additional analysis, workshops or updates beyond the initial scope and timeline."
},
"awardCriteria": {
"description": "The contract will be awarded to the supplier offering the most advantageous tender, based on a combination of quality and price. Proposals will be assessed against four weighted criteria: Methodology (20%) - how well the bidder explains their approach to delivering the requirements. Delivery (25%) - how the bidder will meet timelines, manage risks, and allocate resources. Experience (35%) - relevant organisational and personnel experience supported by examples. Cost / Value for Money (20%) - fixed-fee pricing assessed relative to other bids. The tender with the highest overall score across these criteria will be selected."
}
}
],
"documents": [
{
"id": "A-12038",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12038",
"format": "application/pdf"
},
{
"id": "A-12039",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12039",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-12040",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12040",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-12041",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12041",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-12042",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12042",
"format": "application/pdf"
},
{
"id": "A-12043",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12043",
"format": "application/pdf"
},
{
"id": "013521-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013521-2026",
"datePublished": "2026-02-13T15:11:44Z",
"format": "text/html"
}
]
},
"language": "en"
}