Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Network Rail Infrastructure Ltd
02904587
Waterloo General Offices
London
SE1 8SW
UK
Contact person: Naomi Nortey
Telephone: +44 1908781000
E-mail: DRTSProcurement@networkrail.co.uk
NUTS: UK
Internet address(es)
Main address: www.networkrail.co.uk
Address of the buyer profile: https://networkrail.bravosolution.co.uk/web/login.html
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://networkrail.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://networkrail.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Target 190plus Synthetic Environment for the Design & Test of Signalling Solutions (Phase 2 & 3)
Reference number: 35768
II.1.2) Main CPV code
72212517
II.1.3) Type of contract
Services
II.1.4) Short description
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) Estimated total value
Value excluding VAT:
20 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72212140
72212321
72212517
72262000
72317000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
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) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-033059
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/04/2025
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
13/01/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
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) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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) Date of dispatch of this notice
13/01/2025