T0611 Back-up power generation for Operational Technology

Award

Value

£73,183

Suppliers

Classifications

  • Research and development services and related consultancy services

Tags

  • award

Submission Deadline

1 year ago

Published

11 months ago

Description

The Consultant undertakes the following activities to comply with the deliverables and timescales outlined in the table specified in S730.1 for all packages. 
The Consultant also considers the stakeholders, relationships, legal and Licence requirements that may or will be required to support the Client in these endeavours. 
A Benefits Realisation Plan will be developed as part of this Task Order, in the meantime a key benefit will be the confidence that our customers will be able to have the same safe and reliable journeys during times of power outages thanks to the availability of back-up power generation for our critical operational technologies.  The need for this has increased as the number of safety critical items on the SRN increases. 
This Work Order has been spilt into 6 packages with the package titles as follows:
 
-	WP1000 - Current technologies and understanding 
-	WP2000 - Review of power outages over (last 10 years) and impact on National Highways 
-	WP3000 - Recommendations on suitable generation technology (complementary with Net Zero Highways) and recommendations on which operational technology to prioritise 
-	WP4000 - Development of Initial Outline Business Case (IOBC) for next phase 
-	WP5000 - Stakeholder engagement 
-	WP6000 - Project management and governance

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Bypass the hassle of outdated portals.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

Contracts for Innovation: In-Orbit Demonstration (IOD) of In-Orbit Manufacturing (IOM) in Low Earth Orbit (LEO) Phase 0/A Studies

The UK is committed to advancing its leadership in space-enabled manufacturing, as outlined in the Space Industrial Plan (March 2024). In-Orbit Manufacturing (IOM) is one subset of the wider In-Orbit Servicing, Assembly, and Manufacturing (ISAM) market. Investing in ISAM allows the UK to exploit early investments to become leaders in the market. The UK has developed the essential building blocks for ISAM, but we need to act now to secure our competitive advantage. In-Orbit Manufacturing (IOM) represents a transformative opportunity to produce materials and products in space that offer superior quality and performance compared to those manufactured on Earth. By overcoming terrestrial limitations, IOM can unlock new markets and drive innovation across multiple sectors. This procurement is structured into two Lots to address distinct terrestrial applications: • Lot 1: In-Orbit Manufacturing for terrestrial healthcare or medical applications • Lot 2: In-Orbit Manufacturing for other terrestrial applications Applicants may apply to only one Lot and submit a single application. Each Lot will fund a feasibility study (Phase 0/A) to assess the technical and commercial viability of delivering an In-Orbit Demonstration (IOD) mission in Low Earth Orbit (LEO), in accordance with UKSA's mission requirements (see Annex F). The competition aims to: • Demonstrate the technical feasibility of in-orbit manufacturing processes in LEO for the selected application area • Mature key payload and manufacturing technologies relevant to the chosen Lot • Evaluate suitable mission architectures and operational concepts for demonstration • Identify and assess risks, constraints, and enabling technologies • Develop a credible route to market, including engagement with end users and stakeholders Projects must address the high-risk, high-cost environment of in-orbit technology testing and provide evidence of engagement with end users to demonstrate commercial potential. Proposals should detail intended customer groups, integrators, and suppliers, and present a comprehensive management approach, including Work Package Descriptions (WPDs) and a Work Breakdown Structure (WBS) for both Phase 0 and Phase A. Applications must demonstrate compatibility against the mission requirements (Annex F) and ability to deliver the tasks set out below (Section 5). You should elaborate and critique these tasks, identifying any additional suitable activities (with justification). This competition aims to fund two studies. This notice relates to the intended procurement for a contract which is an exempted contract under s 3(6) and Schedule 2, Part 2 (Subject-matter exempted contracts), paragraph 22 (Research and Development Services) of the Procurement Act 2023 (the 'Act'). Exempted contracts are not a public contract as defined in s3 of the Act and therefore are not required to be procured in accordance with the provisions of the Act that relate to a covered procurement.

Katy Reed

Published 13 hours ago

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