UK-London: Research services.
UK-London: Research services.
Section I: Contracting Authority
		I.1) Name and addresses
				 Rail Safety and Standards Board
				 The Helicon, 1 South Place, London, EC2M 2RB, United Kingdom
				 Tel. +44 2031425351, Email: Procurement@RSSB.co.uk
				 Contact: Procurement Team
				 Main Address: https://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.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./DYP9XZFSF7 
		Additional information can be obtained from:  the abovementioned address 
		Tenders or requests to participate must be sent  to the abovementioned address 		
		Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:  Not provided 
		I.4) Type of the contracting authority
				Body governed by public law 
		I.5) Main activity
				Other activity:
Section II: Object
II.1) Scope of the procurement
		II.1.1) Title:  876033281 T1341 Framework for assessment of technologies to deliver reliable braking in low adhesion conditions 		
		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 develop a ‘technical adhesion management framework’ which will set performance targets and assessment criteria against which low adhesion mitigations can be assessed. This will:
•Support a strategic approach to deploying existing low adhesion mitigations
•Provide for the assessment of new solutions for low adhesion management 		
		II.1.5) Estimated total value:
		Value excluding VAT:  240,000 		
		Currency:  GBP 
		II.1.6) Information about lots:
		This contract is divided into lots: No 		
	
II.2) Description
    		
		II.2.2) Additional CPV codes:
 		Not Provided 		
		II.2.3) Place of performance: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  RSSB is seeking to procure research to develop a ‘technical adhesion management framework’ which will set performance targets and assessment criteria against which low adhesion mitigations can be assessed. This will:
•Support a strategic approach to deploying existing low adhesion mitigations
•Provide for the assessment of new solutions for low adhesion management 
		II.2.5) Award criteria:
				Criteria below
				Quality criterion - Name: Technical criteria (see details in tender) / Weighting: 80 
								
				Cost criterion - Name: Cost Criteria (see details in tender)  /  Weighting: 20  
										
		II.2.6) Estimated value: 
		Value excluding VAT:  240,000  		
		Currency:  GBP  		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Duration in months: 18 		
		This contract is subject to renewal:   No  		
		Description of renewals:  Not provided 
		
		II.2.10) Information about variants: 
		Variants will be accepted: No 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  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 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  To respond to this opportunity please click here: https://rssb.delta-esourcing.com/respond/DYP9XZFSF7 		
Section III: Legal, Economic, Financial And Technical Information
	III.1) Conditions for participation
		III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
		List and brief description of conditions: 			
		Not Provided 		
		III.1.2) Economic and financial standing 			
		Selection criteria as stated in the procurement documents 		
		List and brief description of selection criteria: 		
		Not Provided 	
		Minimum level(s) of standards possibly required (if applicable) : 		
		Not Provided 	
		III.1.3) Technical and professional ability 	
		Selection criteria as stated in the procurement documents 
		List and brief description of selection criteria: 		
		Not Provided		
		Minimum level(s) of standards possibly required (if applicable) : 			
		Not Provided	
		III.1.5) Information about reserved contracts (if applicable)	
		The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons:  No 		
		The execution of the contract is restricted to the framework of sheltered employment programmes:          No 	
		
	III.2) Conditions related to the contract
		III.2.1) Information about a particular profession 	
		Reference to the relevant law, regulation or administrative provision: 			
		Not Provided  	
		III.2.2) Contract performance conditions 			
		Not Provided 			
		III.2.3) Information about staff responsible for the performance of the contract
		Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract:  No 
Section IV: Procedure
	IV.1) Description OPEN
		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 	   
			In the case of framework agreements justification for any duration exceeding 4 years:   Not Provided 	
	
	
	IV.1.6) Information about electronic auction:
		An electronic auction will be used: No 
		Additional information about electronic auction:  Not provided 
	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 OJ S:  Not provided 		
		IV.2.2) Time limit for receipt of tenders or requests to participate
		 Date: 06/09/2024    Time: 12:00
				
		IV.2.4) Languages in which tenders or requests to participate may be submitted: English, 		
		IV.2.6) Minimum time frame during which the tenderer must maintain the tender: 
			Until: 06/01/2025
		
		IV.2.7) Conditions for opening of tenders: 
			Date: 06/09/2024
			Time: 12:00
		
Section VI: Complementary Information
	VI.1) Information about recurrence
	This is a recurrent procurement: No  	
	Estimated timing for further notices to be published:  Not provided 
	VI.2) Information about electronic workflows
	Electronic ordering will be used  No 		
	Electronic invoicing will be accepted  No 		
	Electronic payment will be used  No 		
	VI.3) Additional Information:  For more information about this opportunity, please visit the Delta eSourcing portal at: 
https://rssb.delta-esourcing.com/tenders/UK-UK-London:-Research-services./DYP9XZFSF7
To respond to this opportunity, please click here: 
https://rssb.delta-esourcing.com/respond/DYP9XZFSF7
 	VI.4) Procedures for review
	VI.4.1) Review body:
				 RSSB
		 The Helicon, 1 South Place, London, EC2M 2RB, United Kingdom
		 Tel. +44 2031425351, Email: procurement@rssb.co.uk
	VI.4.2) Body responsible for mediation procedures: 
				 RSSB
			 The Helicon, 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 lodging of appeals may be obtained: 
			 RSSB
		 The Helicon, 1 South Place, London, EC2M 2RB, United Kingdom
		 Tel. +44 2031425351 
	VI.5) Date Of Dispatch Of This Notice: 26/07/2024
Annex A