Tender

869271180 T1348 Assessing the benefits of enhanced freight speed differentials on the GB network

  • Rail Safety and Standards Board

F02: Contract notice

Notice identifier: 2024/S 000-024277

Procurement identifier (OCID): ocds-h6vhtk-04871a

Published 2 August 2024, 12:05pm



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

Email

Procurement@RSSB.co.uk

Telephone

+44 2031425351

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

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./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