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
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