Rail Safety and Standards Board: 869271180 T1348 Assessing the benefits of enhanced freight speed differentials on the GB network

  Rail Safety and Standards Board has published this notice through Delta eSourcing

Notice Summary
Title: 869271180 T1348 Assessing the benefits of enhanced freight speed differentials on the GB network
Notice type: Contract Award Notice
Authority: Rail Safety and Standards Board
Nature of contract: Services
Procedure: Open
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
Published: 19/11/2024 13:16

View Full Notice

UK-London: Research services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Rail Safety and Standards Board
       1 South Place, The Helicon, London, EC2M 2RB, United Kingdom
       Tel. +44 2031425351, Email: Procurement@RSSB.co.uk
       Contact: Procurement Team
       Main Address: www.rssb.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Other type:: RSSB

   I.5) Main activity:
      Other activity: RSSB

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: 869271180 T1348 Assessing the benefits of enhanced freight speed differentials on the GB network            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         73110000 - Research services.


      II.1.3) Type of contract: SERVICES

      II.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

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 196,542.5
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.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

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 85
                  
      Cost criterion - Name: Price / Weighting: 15
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://rssb.delta-esourcing.com/respond/3Y9C3SF8W5


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2024/S 000-024277
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/10/2024

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Railfreight Consulting Limited, 08181966
             Suites 12 & 13, Unit 32 Hobbs Industrial Estate, Lingfield, RH7 6HN U, United Kingdom
             Tel. +44 2031425651, Email: Procurement@RSSB.co.uk
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 196,542.5          
         Total value of the contract/lot: 196,542.5
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=903874835

   VI.4) Procedures for review

      VI.4.1) Review body
          RSSB
          1 South Place, London, EC2M 2RB, United Kingdom
          Tel. +44 2031425351

      VI.4.2) Body responsible for mediation procedures
          RSSB
          1 South Place, London, EC2M 2RB, United Kingdom
          Tel. +44 2031425351

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          RSSB
          1 South Place, London, EC2M 2RB, United Kingdom
          Tel. +44 2031425351

   VI.5) Date of dispatch of this notice: 19/11/2024




View any Notice Addenda

View Award Notice