Assessment of Applications for Track Access on the West Coast Mainline

Award

Value

£50,000

Suppliers

Classifications

  • Transport systems consultancy services

Tags

  • award

Submission Deadline

2 years ago

Published

2 years ago

Description

The project objective is to assess existing and/or collect new evidence and produce a report which will make recommendations on determining access rights contained in the applications referenced. Regarding any new evidence we would expect the consultant to discuss the scope the ORR project lead. The first part of the project will focus on the operational capacity and performance evidence needed, which will rely heavily on Network Rail and the applicant's input and expertise. Depending on the results of the operational capacity analysis the consultant may be asked to conduct economic analysis on the applications.The report produced and the assessment undertaken will help inform ORR's decision on which access rights should be approved within the track access applications. ORR is likely to cite this analysis in explaining the reasons for its final decisions. Therefore, the assessment must follow best practice, to ensure it is robust, impartial, consistent, and transparent in its treatment of each of the service options. The assessment must also differentiate between existing and additional services and provide a response on each category as to if and when they can be accommodated. For clarity, we define additional services as those that are additional to the services operating from December 2022 (and included in the current AWC Section 18 application). This will include consideration of the application from WMT for a timebound service and any extension beyond its planned expiry date.This review and analysis of evidence already provided, planned perturbation analysisand any further analysis should not duplicate Network Rail or applicant work (unless necessary).The consultants will be expected to work constructively with both infrastructure manager and operators.

Additional information: The tender exercise is being managed via the ORR Procurement portal (BRAVO). All tender clarification questions must be raised via the portal.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

RPAS Testing Service Providers Framework

The MSA has a legislative obligation to carry out evaluations of drone products if the MSA believes a product presents a risk to health or safety, as per Article 36 of UK Regulation (EU) 2019/945. The third-party 'RPAS Testing Service Providers' may be expected to perform a variety of product evaluations for class marked drones. This could involve evaluating compliance against the regulatory requirements and product standards set out in UK Regulation (EU) 2019/945, The Electromagnetic Compatibility Regulations 2016 (Directive 2014/30/EU), The Radio Equipment Regulations 2017 (Directive 2014/53/EU) and The Supply of Machinery (Safety) Regulations 2008 (Directive 2006/42/EC)345.   This requires technical knowledge and expertise across performance and design requirements, noise testing, verification methods, manufacturer manuals and instructions, geo-awareness, and remote identification, among others. In addition, the RPAS Testing Service Provider would require the capability to test non-drone specific product standards related to product safety (e.g. mechanics and electronics systems). The RPAS Testing Service Provider may also be requested to conduct product evaluations for any other concerns related to public health, safety and security, such as cyber security and chemical hazards.  Technical standards will contain verification methods to perform some of the product evaluations. Existing standards are available, which may be similar to the potential designated standards (e.g. prEN 4709-001 'Aerospace series - Unmanned Aircraft Systems - Part 001: Product requirements and verification'). The MSA will be responsible for the management and oversight of the product evaluations performed by the RPAS Testing Service Providers, including the communication and coordination with other authorities, industry and the public. In addition, the MSA will be responsible for any decisions that are made on market intervention measures (e.g. product recalls) following the completion of a product evaluation.  The MSA will procure the RPAS Testing Service Provider services. One option could be to have a procurement framework for the RPAS Testing Service Providers. The suppliers on this potential procurement framework would require the capability to perform some, if not all, of the product evaluations specified and ensure no conflict of interest would arise. If the MSA identifies the need for a product evaluation, the MSA would issue a set of requirements on that framework. The RPAS Testing Service Providers on the framework would prepare a statement of work (SOW) to outline their delivery approach with associated costs. The MSA would review the SOW responses and subsequently award the procurement to the winning RPAS Testing Service Provider. The RPAS Testing Service Provider would perform the product evaluation based on the MSA requirements and submit their results and recommendations to the MSA to inform a decision on the potential market intervention.   

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete