Skip to main content.

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

  Rail Safety and Standards Board is using Delta eSourcing to run this tender exercise

Notice Summary
Title: 869271180 T1348 Assessing the benefits of enhanced freight speed differentials on the GB network
Notice type: Contract 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: 02/08/2024 10:50
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Research services.
Section I: Contracting Authority
      I.1) Name and addresses
             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.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 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: 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.1.5) Estimated total value:
      Value excluding VAT: 200,000       
      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 assessing the benefits of enhanced freight speed differentials on the GB network
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 85
                        
            Cost criterion - Name: Price / Weighting: 15
                              
      II.2.6) Estimated value:
      Value excluding VAT: 200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 9       
      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/3Y9C3SF8W5       


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: 10/09/2024 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:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 10/09/2024
         Time: 12:00
         Place:
         London
      

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: 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
   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 lodging of appeals may be obtained:
          RSSB
       1 South Place, London, EC2M 2RB, United Kingdom
       Tel. +44 2031425351
   VI.5) Date Of Dispatch Of This Notice: 02/08/2024

Annex A


View any Notice Addenda

View Award Notice