Hysbysiad contract - cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Network Rail Infrastructure Ltd
02904587
Waterloo General Offices
London
SE1 8SW
UK
Person cyswllt: Naomi Nortey
Ffôn: +44 1908781000
E-bost: DRTSProcurement@networkrail.co.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.networkrail.co.uk
Cyfeiriad proffil y prynwr: https://networkrail.bravosolution.co.uk/web/login.html
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://networkrail.bravosolution.co.uk/web/login.html
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://networkrail.bravosolution.co.uk/web/login.html
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.6) Prif weithgaredd
Gwasanaethau rheilffyrdd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Target 190plus Synthetic Environment for the Design & Test of Signalling Solutions (Phase 2 & 3)
Cyfeirnod: 35768
II.1.2) Prif god CPV
72212517
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Network Rail (NR) requires a digital solution to develop signalling scheme designs and facilitate the integration of that design into the operational railway providing interfaces to a target signalling system.
The Target 190plus Synthetic Environment (SE), part of the T190+ Programme, is a key enabler of the Future Control Command Signalling (FCCS) Strategy. It will provide a virtual representation of the rail network where designers and other stakeholders can develop and integrate designs and perform testing and validation, using simulation and emulation.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 20 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
72212140
72212321
72212517
72262000
72317000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
The railway faces a major industry challenge, where the cost and volume of future signalling renewals is unsustainable. Over the next 15 years there is a need to deliver an increase of over 50% of the signalling renewals work at half the current price to achieve a sustainable, affordable railway that can meet customer needs and expectations.
Britain must have a reliable, high performing railway that’s fit for the future, delivers financial value and provides operational performance in a safe and sustainable way. To reduce costs and increase access on the railway we are creating new ways of working and introducing new technology. The use of digital technology will improve the services to freight and passenger customers, causing less delays due to signalling failure and track closures for access to complete repairs and providing the opportunity for more trains to run where needed.
We’re working across Industry to build a new approach for balancing research and development and engineering solutions with the needs of end users and customers.
The Target190Plus (T190Plus) Programme was set up to identify options to reduce the current average European Train Control System (ETCS) Signalling Equivalent Unit (SEU) cost of £315k to below £190k, without increasing whole life cost. The aim is to achieve this through applying the digital technology and process changes set out in the Future-Control, Command and Signalling (F-CCS) Strategy Document [R1]. The projects under the Programme focus on enhancements to the tools, processes, systems, and policies underpinning signalling renewals and asset management.
The Synthetic Environment (SE) is a key enabler of the F-CCS Strategy [R1]. It will provide a virtual representation of the rail network where designers and other stakeholders can develop and integrate designs and perform testing and validation, using simulation and emulation. The aim is to provide a more efficient overall design, integration, test and validation process. The T190Plus SE system scope is to support all Design and Validation of an F-CCS system and support future user training needs.
Synthetic Environment Phase 1: concerned the development of detailed requirements for the SE, completed.
This procurement event will seek a suitable supplier to deliver Phase 2 and 3 of the Synthetic Environment Project:
Phase 2: Development of a Minimum Viable Product (MVP) for SE and shadow mode running
Phase 3: Development of the full SE v1.0 capable of delivering the technology and scope options for F-CCS projects
Detailed requirements within the published tender documents.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Nifer uchaf a ragwelir: 4
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
Detailed requirements and scoring criteria within the published tender documents.
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
negodi gyda galwad am gystadleuaeth
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-033059
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
28/04/2025
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
13/01/2025
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
Previous publications concerning this procedure:
2023/S 000-021
Virtual procurement Launch event Monday 03rd February 2025, joining instructions will be shared with Participants.
Synthetic Environment Proof of Concept Discovery Day will be held wc 24th February 2025, further details will be shared with Participants.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
The High Court of England and Wales
The Strand
London
WC2A 2LL
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
In accordance with the Utilities Contracts Regulations 2016, Network Rail will incorporate a minimum 10 calendar day standstill period prior to concluding the award of any framework contracts pursuant to this notice.
VI.5) Dyddiad anfon yr hysbysiad hwn
13/01/2025