Section one: Contracting authority
one.1) Name and addresses
Rail Safety and Standards Board
1 South Place, The Helicon
London
EC2M 2RB
Contact
Procurement Team
Telephone
+44 2031425351
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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./3Y9C3SF8W5
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
Body governed by public law
one.5) Main activity
Other activity
Railway safety, standards, research services etc.
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
869271180 T1348 Assessing the benefits of enhanced freight speed differentials on the GB network
two.1.2) Main CPV code
- 73110000 - Research services
two.1.3) Type of contract
Services
two.1.4) Short description
RSSB is seeking to procure research to assessing the benefits of enhanced freight speed differentials on the GB network. This project will determine and agree the criteria that a train must satisfy in order to safely travel at enhanced freight speeds, up to the maximum speed of the wagons. It will review if assumed braking capabilities in GKRT0075 and GMRT2045 are too conservative and can allow eligible freight trains to travel at an EF speed. This will be done by proposing a set of EF speed differentials for freight trains, using the Lambda value as explored in the T1266 ‘Exploring the cost of using default ETCS braking values for freight’ project. It will also assess the monetary benefits of using EF speeds by developing and applying a benefits analysis approach. If a set of EF speed differential can be proposed and justified technically and benefits wise, changes to relevant documentation and signalling will be proposed to enable industry to start using EF speeds.
The research has been split up into the following five Phases. It is expected that a Steering Group meeting will be held at the completion of each phase to review the outputs.
•Phase 1 – Line speed and signal distance suitability analysis for EF speed differentials
•Phase 2 – Infrastructure compatibility with EF speed differentials
•Phase 3 - Identifying a range of possible enhanced freight speeds
•Phase 4 – Benefits assessment of EF speed differentials
•Phase 5 – Operational considerations and next steps
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
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
RSSB is seeking to procure research to assessing the benefits of enhanced freight speed differentials on the GB network
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 85
Cost criterion - Name: Price / Weighting: 15
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
9
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/3Y9C3SF8W5
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in 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
10 September 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 September 2024
Local time
12:00pm
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./3Y9C3SF8W5
To respond to this opportunity, please click here:
https://rssb.delta-esourcing.com/respond/3Y9C3SF8W5
GO Reference: GO-202482-PRO-27194957
six.4) Procedures for review
six.4.1) Review body
RSSB
1 South Place
London
EC2M 2RB
Telephone
+44 2031425351
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
RSSB
1 South Place
London
EC2M 2RB
Telephone
+44 2031425351
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
RSSB
1 South Place
London
EC2M 2RB
Telephone
+44 2031425351
Country
United Kingdom