Tender

T1270 Feasibility of smart traction energy management on the Western Route (T1270)

  • Rail Safety and Standards Board (RSSB)

F02: Contract notice

Notice identifier: 2023/S 000-015316

Procurement identifier (OCID): ocds-h6vhtk-03d065

Published 30 May 2023, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Rail Safety and Standards Board (RSSB)

The Helicon, 1 South Place

London

EC2M 2RB

Email

Procurement@RSSB.co.uk

Telephone

+44 2031425351

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.rssb.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-services./57925NZ3X3

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Rail Safety and Standards Board (RSSB)

one.5) Main activity

Other activity

RSSB (Rail Safety Standards Board)


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

T1270 Feasibility of smart traction energy management on the Western Route (T1270)

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.1.4) Short description

T1270 Feasibility of smart traction energy management on the Western Route (T1270)

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73110000 - Research services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

T1270 Feasibility of smart traction energy management on the Western Route (T1270)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

8

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://rssb.delta-esourcing.com/respond/57925NZ3X3


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

detailed within the procurement documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

detailed within the procurement documents

Minimum level(s) of standards possibly required

detailed within the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 July 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

10 July 2023

Local time

9:00am

Place

London


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://rssb.delta-esourcing.com/tenders/UK-UK-London:-Research-services./57925NZ3X3" target="_blank">https://rssb.delta-esourcing.com/tenders/UK-UK-London:-Research-services./57925NZ3X3

To respond to this opportunity, please click here:

https://rssb.delta-esourcing.com/respond/57925NZ3X3" target="_blank">https://rssb.delta-esourcing.com/respond/57925NZ3X3

GO Reference: GO-2023530-PRO-23086569

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand,

London

WC2A 2LL

Telephone

+20 79476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand,

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

Strand,

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom