Network Rail Tender for Digital and General Railway Modelling,
United Kingdom-London: IT services: consulting, software development, Internet and support
2016/S 054-090990
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Digital Railway Modelling
UK
1 Eversholt Street
Contact point(s): National Supply Chain
For the attention of: Joe Jordan
NW1 2DN London
UNITED KINGDOM
Telephone: +44 7710940839
E-mail: joe.jordan@networkrail.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: UK.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 21
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 3 000 000 and 4 500 000 GBP
Frequency and value of the contracts to be awarded: Annually.
II.1.5)Short description of the contract or purchase(s):
— a railway modelling simulator that is able to accurately model the railway and capacity under digital railway operation (ETCS) as well as current signalling systems. The simulator must also be able to handle the use of externally produced plug-ins, and training to NR staff is also expected to be made available.
— A requirement for the following list of modelling solutions is required;
—
Whole Life Costing — the development of models for application to individual components or asset portfolios.
—
Lifecycle analysis — techniques for establishing rates of degradation over the lifecycle of an asset, the likelihood and impact of failures, and the effectiveness of interventions.
—
Numerical / statistical techniques — representation of degradation and other asset relationships for use in LCC models e.g. Markov, Weibull, Bayes, Monte Carlo.
—
ALARP / Safety Cost Benefit Analysis. Includes the quantification and valuation of safety risk, experience in apply ALARP principles. Discounting, NPV etc.
—
Safety risk modelling — experience is using the GB rail industry’s Safety Risk Model or equivalent and associated methods e.g. Fault Trees, Event Trees etc.
—
Coding for mathematical models e.g. C++, VB, .NET etc.
—
Database design/exploitation e.g. SQL
—
Performance Reliability Availability Maintainability Safety (PRAMS).
—
OLE Modelling.
—
Multiphysics — for things like ole dynamic behaviours, S&C variations with temperature.
—
Discrete element — to cope with things like ballast fluidisation.
—
Finite element — for analysis and engineering of highly stressed components such as those in OLE components, fasteners, S&C
—
Computational fluid dynamics — for handling aerodynamic and hydrodynamic effects around tunnels and bridges.
Lot 1: Modelling Simulator and Software.
Lot 2: Generic Modelling Requirements.
Contracts for call -off of services for each specific lot
to be awarded by mini-competition amongst
framework suppliers.
II.1.6)Common procurement vocabulary (CPV)
72000000, 72200000, 72212000, 72212100, 72212140, 72212900
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
— a railway modelling simulator that is able to accurately model the railway and capacity under digital railway operation (ETCS) as well as current signalling systems. The simulator must also be able to handle the use of externally produced plug-ins, and training to NR staff is also expected to be made available.
— A requirement for the following list of modelling solutions is required;
—
Whole Life Costing — the development of models for application to individual components or asset portfolios.
—
Lifecycle analysis — techniques for establishing rates of degradation over the lifecycle of an asset, the likelihood and impact of failures, and the effectiveness of interventions.
—
Numerical / statistical techniques — representation of degradation and other asset relationships for use in LCC models e.g. Markov, Weibull, Bayes, Monte Carlo.
—
ALARP / Safety Cost Benefit Analysis. Includes the quantification and valuation of safety risk, experience in apply ALARP principles. Discounting, NPV etc.
—
Safety risk modelling — experience is using the GB rail industry’s Safety Risk Model or equivalent and associated methods e.g. Fault Trees, Event Trees etc.
—
Coding for mathematical models e.g. C++, VB, .NET etc.
—
Database design/exploitation e.g. SQL
—
Performance Reliability Availability Maintainability Safety (PRAMS).
—
OLE Modelling.
—
Multiphysics — for things like ole dynamic behaviours, S&C variations with temperature.
—
Discrete element — to cope with things like ballast fluidisation.
—
Finite element — for analysis and engineering of highly stressed components such as those in OLE components, fasteners, S&C
—
Computational fluid dynamics — for handling aerodynamic and hydrodynamic effects around tunnels and bridges.
Lot 1: Modelling Simulator and Software.
Lot 2: Generic Modelling Requirements.
Contracts for call -off of services for each specific lot
to be awarded by mini-competition amongst
framework suppliers.
Estimated value excluding VAT
Range: between 3 000 000 and 4 500 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Modelling Simulation Software
1)Short description:
2)Common procurement vocabulary (CPV)
72000000, 72200000, 72210000, 72212000, 72212140, 72212100, 72212900
Lot No: 2 Lot title: General Modelling Requirements
1)Short description:
—
Whole Life Costing — the development of models for application to individual components or asset portfolios.
—
Lifecycle analysis — techniques for establishing rates of degradation over the lifecycle of an asset, the likelihood and impact of failures, and the effectiveness of interventions.
—
Numerical / statistical techniques — representation of degradation and other asset relationships for use in LCC models e.g. Markov, Weibull, Bayes, Monte Carlo.
—
ALARP / Safety Cost Benefit Analysis. Includes the quantification and valuation of safety risk, experience in apply ALARP principles. Discounting, NPV etc.
—
Safety risk modelling — experience is using the GB rail industry’s Safety Risk Model or equivalent and associated methods e.g. Fault Trees, Event Trees etc.
—
Coding for mathematical models e.g. C++, VB, .NET etc.
—
Database design/exploitation e.g. SQL
—
Performance Reliability Availability Maintainability Safety (PRAMS).
—
OLE Modelling.
—
Multiphysics — for things like ole dynamic behaviours, S&C variations with temperature.
—
Discrete element — to cope with things like ballast fluidisation.
—
Finite element — for analysis and engineering of highly stressed components such as those in OLE components, fasteners, S&C
—
Computational fluid dynamics — for handling aerodynamic and hydrodynamic effects around tunnels and bridges.
2)Common procurement vocabulary (CPV)
72000000, 72210000, 72260000, 72590000, 72211000, 72212000, 72227000
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.4)Other particular conditions:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents(except for a DPS)
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Head of National Supply Chain
The Quadrant: MK, Elder Gate
MK9 1EN Milton Keynes
UNITED KINGDOM
VI.5)Date of dispatch of this notice: