Voluntary ex ante transparency notice
Legal Basis:
Directive 2014/25/EU
Section I: Contracting authority/entity
I.6)Main activityRailway services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
South East Traffic Management
Reference number: SE/TM/PB/2/9/18
II.1.2)Main CPV code48140000 Railway traffic control software package
II.1.3)Type of contractSupplies
II.1.4)Short description:
In order to deliver increased functionality in the management of train control in the South East area, Network Rail aims to deploy a Traffic Management (TM) system on the Sussex areas of the South East Route and on the East London Line to improve train performance (PPM, reliability, recovery from service perturbations, future proofing the technology used).
This is proposed to be achieved through a direct contract award to Hitachi Rail Europe Ltd for the extension of the existing Thameslink Traffic Management System deployment.
II.1.6)Information about lotsThis contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT) (Agree to publish? yes)Value excluding VAT: 30 000 000.00 GBP
II.2)Description
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
There are 6 geographically isolated areas (including the East London Line) covered in South East Traffic Management scheme that are small standalone sections that directly interface with the existing Thameslink Traffic Management/control area currently under contract with Hitachi Rail Europe Ltd. Adding a different TM solution within the South East Route to cover these areas would result in the introduction of multiple operational fringe/technical edge case issues that could potentially cause significant additional degradation to PPM, significant additional workload and introduction of additional potential for error in route wide train service management. This is due to service managers operating across multiple systems simultaneously and sub-optimal cross-TM system journey planning as only a limited part of the overall journeys occur in the area covered by the additional TM system.
II.2.5)Award criteria
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
This is proposed to be achieved through a direct contract award to Hitachi Rail Europe Ltd for the extension of the existing Thameslink Traffic Management System deployment.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureNegotiated procedure without prior call for competition
- Additional deliveries by the original supplier ordered under the strict conditions stated in the directive
Explanation:
Network Rail requires improvements in performance and capacity that the deployment of a Traffic Management system is expected to achieve. The procurement represents additional supplies which is an extension to the boundary and functionality of the TM system currently being deployed by Hitachi Rail Europe Ltd for the Thameslink Programme. The TM system solution for the South East Route and the East London Line areas must be compatible with the signalling system as interface management is critical for safety and performance considerations. To obtain the software and associated application Programme for regulating algorithms from a supplier other than the current incumbent who originally supplied, installed and configured the system would result in network Rail purchasing supplies with different technical characteristics. Purchasing alternative systems and software would mean that the current technology platform delivered by Hitachi would then need to interface with a different traffic management system requiring modifications to the Hitachi platform, generating system integration and/or compatibility risks in terms of safety and performance as well as additional cost and timescale risks to Network Rail. In addition, if a different traffic management system was deployed, the maintenance and support for each of the differing systems would be carried out by different parties which would create difficulties in effectively supporting and maintaining each technology platform as a whole, including interface responsibility, a single point of accountability and liability. Network Rail therefore considers that a change in supplier in relation to the TM system and software would oblige Network Rail to purchase supplies with different technical characteristics which would result in incompatibility and/or disproportionate technical difficulties in the operation and maintenance of the different Traffic Management platforms.
IV.1.3)Information about framework agreement
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
Section V: Award of contract/concession
V.2)Award of contract/concession
V.2.1)Date of contract award decision:02/10/2018
V.2.2)Information about tendersThe contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor/concessionaireOfficial name: Hitachi Rail Europe Ltd
Town: London
NUTS code:
UK UNITED KINGDOMCountry: United Kingdom
Internet address:
www.networkrail.co.ukThe contractor/concessionaire will be an SME: no
V.2.4)Information on value of the contract/lot/concession (excluding VAT) (Agree to publish? yes)Initial estimated total value of the contract/lot/concession: 30 000 000.00 GBP
Total value of the contract/lot/concession: 30 000 000.00 GBP
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: The High Court Rolls Building, 7 Rolls Building, Fetter Lane, London EC4A 1NL
Town: London
Postal code: EC4A 1NL
Country: United Kingdom
VI.5)Date of dispatch of this notice:03/10/2018