Section one: Contracting entity
one.1) Name and addresses
FIRST MTR SOUTH WESTERN TRAINS LIMITED
8th Floor,The Point, 37 North Wharf Road
LONDON
W21AF
Contact
Ian Churcher
Telephone
+44 7715758999
Country
United Kingdom
NUTS code
UKI32 - Westminster
Internet address(es)
Main address
http://www.southwesternrailway.com
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
http://redirect.transaxions.com/events/Gm7SB
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://redirect.transaxions.com/events/Gm7SB
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://s2c-uk62.waxdigital.com/FirstGroupPlc/SignIn.aspx
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of replacement CCTV assets for South Western Railway
two.1.2) Main CPV code
- 35120000 - Surveillance and security systems and devices
two.1.3) Type of contract
Supplies
two.1.4) Short description
South Western Railway have a business plan commitment to undertake a renewal of its video surveillance system (VSS) over a period of three years.
The VSS is installed at all stations where SWR are the station facility owner. In addition to this the SWR has several different stand-alone systems deployed at SWR fleet depot locations and the Isle of Wight.
Excluding fleet depot locations, the current SWR video surveillance system comprises of four distinct systems:
▪ A centralised analogue system with images recorded at Feltham and Wimbledon connected over an analogue fibre network in the London area
▪ A distributed network unsupported analogue Digital Video Recorders and analogue cameras connected by a mix of ADSL and SDSL MPLS VPN circuits.
▪ A distributed network supported digital Network Video Recorders, encoders/decoders and IP cameras connected over a mix of point-to-point ethernet fibre circuits and DSL MPLS circuits.
▪ Stand-alone systems at all Island Line stations and small number of stations on the mainland.
The age of the equipment varies across the estate with some assets being installed some 20 years ago and others being relatively new with a remaining asset life of around 5-10 years. Most systems are principally analogue and use traditional RG59 video cabling with a combination of local and distributed power supplies.
Some newer installations have taken place, notably at within cycle hubs, decked car parks and newer gateline Where systems have been expanded since 2016 all new assets have been digital with some analogue encoded to digital. The newer installations are connected to a supported centrally managed video management system whereas the older installations use stand-alone unsupported software on PCs.
The current Video Surveillance System has wide scale obsolescence (>95%) is life expired and contains systems weaknesses, which does not meet modern standards and requirements.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35120000 - Surveillance and security systems and devices
- FB09 - For security system
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
- UKJ2 - Surrey, East and West Sussex
- UKJ3 - Hampshire and Isle of Wight
- UKK2 - Dorset and Somerset
- UKK41 - Plymouth
two.2.4) Description of the procurement
The works and services will comprise of the following main activities:
• Producing a Telecoms Design
• Producing a Privacy Impact Assessment
• Supply, installation, and commissioning of site equipment
• Supply, installation, and commissioning of centralised video management systems
• Obtaining Network Rail Landlords Consent
• Obtaining Listed Buildings Consent
• Obtaining Station Change
• Programme Management
• Project Management
• Compliance with CDM-2015 requirements
• Compliance with SWR, Network Rail and Railway Group Standards
• Compliance with video surveillance polices and legislation
• Risk Management
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for the receipt of applications for an invitation to tender or to negotiate
Originally published as:
Date
1 March 2022
Local time
5:00pm
Changed to:
Date
4 March 2022
Local time
5:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Andrew Levy
8th Floor, The Point, 37 North Wharf Road
London
W2 1AT
Country
United Kingdom