Planning

Composite Switch & Crossing Bearers

  • Network Rail Infrastructure Ltd

F01: Prior information notice (prior information only)

Notice identifier: 2021/S 000-009905

Procurement identifier (OCID): ocds-h6vhtk-02ae22

Published 6 May 2021, 10:55pm



Section one: Contracting authority

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Email

Laura.Wray@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.co.uk

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Composite Switch & Crossing Bearers

two.1.2) Main CPV code

  • 34946000 - Railway-track construction materials and supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

Composite Switch & Crossing Bearers - PRIOR INFORMATION ONLY

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34946000 - Railway-track construction materials and supplies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Composite Switch & Crossing Bearers - PRIOR INFORMATION ONLY

two.3) Estimated date of publication of contract notice

31 May 2022


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section six. Complementary information

six.3) Additional information

As part of the UK railway sustainability strategy, and in the wake of the recently awarded composite sleeper tender, Network Rail would like to understand what technical innovations are available in the area of switch and crossing bearers. In particular, the use of sustainable “composite” materials as an alternative to wood and timber. In order to maximise the benefit to the railway, we would like to understand what commercially available “composite” products are available and understand more about these prior to inviting suppliers to tender.

There are 2 elements to this PIN:

1. Network Rail wishes to identify all Suppliers of composite products suitable for use in railway infrastructure. All Suppliers have the opportunity to participate in working groups to contribute to the development of the Network Rail Standard for the use of Composites in Track, and to the development of the technical specification prior to a competitive tender process taking place. If you are a Supplier of composite products suitable for use in railway infrastructure, and ARE NOT currently in contact with Network Rail regarding these products, please respond to this PIN by Friday 21st May 2021 to express your interest in being included in future working groups.

2. Network Rail wishes to identify any technical innovations available in the area of switch and crossing bearers. If you are a provider of these products, please respond to this notice by Friday 4th June 2021 with answers to the following questions:

Where possible please provide the following information: (Note: any information provided shall be treated as confidential by Network Rail and shall be used solely for the purposes of development of the Network Rail Standard for the use of composites in track, and development of the technical specification prior to a competitive tender process)

1) Examples of current bearer designs including fully dimensioned drawings detailing width, height and maximum length attainable

2) Details of the sizes of S&C baseplates and types that can be fixed to the bearer without overhanging or clashing with other internal elements

3) Details of any complex S&C layouts where non-conventional bearer placement was adopted

4) Details of installations where your bearer system has been used within S&C including infrastructure owner, year of install, axle loads, through/turnout speeds, equivalent gross tonnage per annum and approval status.

5) Details of any new developments being pursued for S&C bearers

6) Specific unique selling point details for your bearers designs

7) Details of point equipment types attached to your bearers and the mounting/fastening type used

8) Evidence of conformity to the relevant national or notified technical rules or user requirements

9) An outline of the manufacturing process including % use of recycled material used within the material composition and whole life sustainability considerations.

10) Evidence of bend test performance and to which test criteria this was assessed against

11) Evidence of creep and/or fatigue test performance including test criteria this was assessed against

12) Evidence of pull out test performance for the baseplate/rail seat screw fastenings.

13) Density of material and any handling or assembly limitations.