Bewerbungsschluss |
06.10.2015, 18:00
|
Schlusstermin für Unterlagen |
08.09.2015, 18:00
|
Verfahren | Verhandlungsverfahren |
Gebäudetyp | Verkehr |
Art der Leistung | Technische Ausrüstung / Bauleistung / Betrieb |
Aufgabe |
The Framework will cover Service Integration services for the collection of railway infrastructure asset measurement data by mobile platforms, including:
1) Safely, efficiently and innovatively collect current and future asset data requirements for all asset types (track, signalling, power, telecoms, buildings, structures and plant). 2) Continuously improve, enhance and transform the operational performance in the collection of data, including: a) Eliminate, wherever possible, the use of dedicated measurement trains by migrating measurement systems to alternative collection platforms (for example passenger trains) or technologies, b) Automate the data collection, processing and distribution processes wherever possible. The Framework is for the collection, processing and transmission of data, and specifically excludes data analysis. |
Leistungsumfang | 1.0 Summary The Framework will cover Service Integration services for the collection of railway infrastructure asset measurement data by mobile platforms, including: 1) Safely, efficiently and innovatively collect current and future asset data requirements for all asset types (track, signalling, power, telecoms, buildings, structures and plant). 2) Continuously improve, enhance and transform the operational performance in the collection of data, including: a) Eliminate, wherever possible, the use of dedicated measurement trains by migrating measurement systems to alternative collection platforms (for example passenger trains) or technologies, b) Automate the data collection, processing and distribution processes wherever possible. The Framework is for the collection, processing and transmission of data, and specifically excludes data analysis. 2.0 Background 2.1 Current Activity Network Rail currently collects asset related data using a fleet of Infrastructure Measurement (IM) trains. The data is fundamental to the safety and asset management of the railway, underpinning Network Rail's approach to efficient and effective safety and asset management. The fleet uses complex measurement technology (e.g. lasers, ultrasonic probes, HD cameras) integrated with accurate positioning systems to collect asset related data to tight measurement tolerances to satisfy Network Rail and Railway Group Standards and policies. The majority of the current measurements, collected through 18 data streams, relate to the condition of the asset. The use of the IM fleet has a critical safety benefit in reducing the need for manual inspections. Where the vehicles and technology operate below a line speed, this is termed as ‘restricted’ operation. Where vehicles and technology operate at the line speed or greater, this is termed as ‘unrestricted’ operation. Restricted operation significantly increases the level of invasion upon the operation of the railway. The condition data allows Route Asset managers to make timely interventions to ensure that the network is safe and to manage the assets effectively. This is a complex operation requiring management and coordination with a number of key functions within Network Rail, including National Supply Chain (NSC) and Network Operations. The IM fleet which is operated and maintained by NSC, comprises 13 trains formed of 64 carriages. It operates over 2 000 shifts covering 18 000 miles of recording over 550 000 data-miles every year across the network. The data is then transferred from the trains, post processed and validated before being distributed to customers and loaded into Network Rail systems via a variety of means including spreadsheets, email and access databases. 2.2 Strategic Aim and Opportunity Network Rail has developed a strategy for transforming the current data collection by the IM fleet. The key outcomes of this strategy are: (i) Customers will have continual on demand access to the latest asset related data. (ii) Data measurement will be based on automatic collection platforms that will be less obtrusive on the network. (iii) Integrated operations with clear end-to-end accountability for data collection. The dispersed supply chain and the lack of a single point of accountability provides an opportunity to streamline delivery in pursuit of cost efficiency and service improvement. There is also an opportunity to drive innovation in the collection technologies and platforms to reduce the levels of restricted operation and associated impact upon the railway. Accordingly, it has been proposed that the business moves to a model that engages a Service Integrator (SI) from the marketplace and establishes single end-to-end accountability for the data collection value chain, with appropriate governance, commitments to safety, interface operating agreements, service level agreements, key performance indicators and agreed outcomes. It is envisaged that the SI throughout the term of a service agreement, will be capable of contributing into, and supporting the strategy, continuously bringing the necessary skills and competencies to deliver structured continuous improvement and introduce innovation to improve reliability, reduce the costs and transform the service within the current and prevailing Network Rail cost envelope. If proposed by the market, and if considered by Network Rail as a viable approach, this may take the form of an outsource of the data collection services. Safety, both in the operations to collect the data, and the accuracy and quality of that collected data when used in the operations and maintenance of the railway infrastructure, is of paramount importance. Outstanding safety performance and outstanding business performance go hand in hand, underpinning the Network Rail safety vision of ‘Everyone Home Safe Every Day’. Accordingly, safety will be both paramount and integral in Network Rail's decision whether to move to a model with a Service Integrator from the marketplace. 2.3 Sourcing Approach 2.3.1 Overview In considering the sourcing approach and process for identifying and engaging a Service Integrator, Network Rail identified two key considerations: (i) Market Capability. Network Rail conducted a global market study of market capability during 2014. The study provided limited examples of a Service Integrator acting as prime supplier in the end to end collection of data for a rail customer. Network Rail were unable to identify potential cost and performance benchmarks in the collection of data streams. (ii) Future Operating Model and retention of part of data collection services by Network Rail. Network Rail are considering whether it wishes throughout the term of the framework and call offs under that framework to retain direct internal management and control of the planning, operations and maintenance of the IM fleet. This remains under review within Network Rail, which will include taking account of market responses under this Tender event The sourcing approach addresses these considerations, through: (a) Framework competition with Lots (this Tender event) to validate market capability and appetite for end to end Service Integration in data collection. (b) Use of an option during this Tender event in each of the Lots to validate the operating model regarding IM fleet planning, operation and maintenance (c) Submission of maximum pricing during this Tender event against the current 18 data stream requirements to validate current safety, market performance and cost efficiency capability. (d) The requirements and award of call offs under the Framework will refine the operating model, commercial propositions and pricing approaches from this Tender event. (e) The use of Lots will provide call off sourcing flexibility to reflect market capability. The framework will be awarded for a term of 4 years, with the intent that call off contracts to be let under the framework will have a duration of up to 8 years. 2.3.2 Lots The Framework Tender will comprise 3 Lots, dependent upon the capability of the underlying technology and collection platforms, being: #Lot 1: Services for all data collection, including both restricted and unrestricted operation. #Lot 2 Services for data collection where unrestricted operation is required in the delivery of the services. #Lot 3: Services for data collection where restricted operation is required in the delivery of the services. Each of the Lots covers the provision of services for current and future data requirements. This Tender event will be evaluated by including solutions and pricing for the currently collected 18 data streams. For the purpose of evaluation under this Tender event: # Responses to Lot 1 will require solution and pricing for the 18 current data streams, # Responses to Lot 2 will require solution and pricing for 12 current data streams # Responses to Lot 3 will require solution and pricing for 6 current data streams. (The relevant current data streams are advised in Section 5 of each Annex B) Network Rail's hope is for operators to demonstrate sufficient capability under Lot 1 during this Tender event, in terms of the provision of end to end Service Integration services, safety, performance, structured continuous improvement, innovation and cost efficiencies, to enable subsequent call off under that Lot to appoint a single Service Integrator. The award and use of Lots 2 and 3 will be dependent upon Network Rail's view and assessment of market capability and operational risk in the provision of services, where Network Rail considers, at its sole discretion, the need under call offs to specify mode of operation as being restricted or unrestricted. Accordingly, Network Rail currently envisage through this Tender event awarding either Lot 1, or both Lots 2 and 3. However, Network Rail, at their sole discretion will choose to award any, none, or all of the Lots. In the event that Network Rail exercise their discretion not award a Lot, the operator's proposals under that Lot are discreet to that Lot and the proposals will not be considered further. Operators should give due consideration to this aspect of the process when choosing the Lots against which they will respond. 2.3.3 Options Operators should also note that to participate in this Tender event, operators will be required to submit two priced proposals under each Lot response to address the retention of part of the services by Network Rail The two priced proposals are: (1) End to end Services for planning, collection, processing and transmission (2) End to end Services for collection, processing and transmission, where Network Rail retains control of the planning, operations and maintenance of the IM fleet and the provision and supply of IM fleet vehicles Operators may, at their discretion, choose to submit a priced proposal for (1) above which incorporates use of Network Rail in the provision of the end to end service. This may occur should the operator not have the necessary skills to deliver IM Fleet planning, operations and maintenance within their proposal, or if the operator considers that use of Network Rail represents the most economically advantageous solution. The requirements for call off contracts under the framework will be informed by operator's responses under this Tender event to these options, however, the choice of option shall be at Network Rail's sole discretion based solely upon Network Rail's judgement and opinion. Estimated value excluding VAT: Range: between 0 and 500 000 000 GBP |
Adresse des Bauherren | UK-NW1 2DN London |
TED Dokumenten-Nr. | 302243-2015 |
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
Network Rail Infrastructure Limited
1 Eversholt Street
Contact point(s): National Supply Chain Commercial, Loughton 1st Floor, The Quadrant:MK, Elder Gate, Milton Keynes, MK9 1EN
For the attention of: Kevin French
NW1 2DN London
UNITED KINGDOM
Telephone: +44 1908781000
E-mail: MTFjYnJkP21kc3ZucWpxYGhrLWJuLXRq
Internet address(es):
General address of the contracting entity: http://www.networkrail.co.uk/
Address of the buyer profile: http://www.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)
Section II: Object of the contract
NUTS code UKC,UKD,UKE,UKF,UKG,UKH,UKI,UKJ,UKL,UKM,UKK
Duration of the framework agreement
Duration in years: 4Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT71000000 - MA08, 34000000, 35000000, 38000000, 42000000, 50000000, 60000000, 65000000, 73000000, 75000000, 76000000
Information about lots
Lot No: 1 Lot title: Integrated Data Collection — Unrestricted/Restricted71000000 - MA08, 34000000, 35000000, 32000000, 38000000, 42000000, 50000000, 60000000, 65000000, 73000000, 75000000, 76000000
71000000 - MA08, 34000000, 35000000, 38000000, 42000000, 50000000, 60000000, 65000000, 73000000, 75000000, 76000000
71000000 - MA08, 34000000, 35000000, 38000000, 42000000, 50000000, 60000000, 65000000, 73000000, 75000000, 76000000
Section III: Legal, economic, financial and technical information
Section IV: Procedure
Other previous publications
Notice number in the OJEU: 2015/S 24-039946 of 4.2.2015
Section VI: Complementary information
Expressions of Interest must be sent by email to: MjE0VlVlVzJgV2ZpYWRdZFNbXiBVYSBnXQ== by 18:00 8.9.2015. This email must contain your organisations name, contact name, contact email and telephone details. Any organisation who has expressed an interest which has not been acknowledged by 9th September should further contact Network Rail.
competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.
Ausschreibung veröffentlicht | 27.08.2015 | ||
Zuletzt aktualisiert | 29.09.2015 | ||
Wettbewerbs-ID | 2-208964 | Status | Kostenpflichtig |
Seitenaufrufe | 45 |
|
|
||
|
|||
Wettbewerbe, Ausschreibungen und Stellenanzeigen | |||
Für Architekten, Landschaftsarchitekten, Ingenieure und Studierende | |||
Büroprofile erfolgreicher Ingenieur- und Architekturbüros | |||
Alles online und täglich aktuell | |||