Section one: Contracting entity
one.1) Name and addresses
Caledonian Sleeper Limited
Basement and Ground Floor Premises, 1-5 Union Street
Inverness
IV1 1PP
procurement@caledoniansleeper.scot
Telephone
+44 07738896610
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30648
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of booking engine
Reference number
CPT-016
two.1.2) Main CPV code
- 48481000 - Sales or marketing software package
two.1.3) Type of contract
Supplies
two.1.4) Short description
Caledonian Sleeper Ltd are looking for a partner to provide an Online Booking Engine front end for Caledonian Sleeper services
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Caledonian Sleeper Ltd are looking for a partner to provide an Online Booking Engine front end for Caledonian Sleeper services to be integrated with the sleeper.scot website and allows customers to select and customise their journeys.
two.2.5) Award criteria
Quality criterion - Name: see tender brief attached / Weighting: 100
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
1 x 12 month extension option
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please see attached scope for full details of requirements
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Any potential providers MUST have RSP accreditation plus ISO 27001 information security.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Must have PCI-DSS accreditation for the payment solution, credit card information must not be stored by the ticketing solution
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Any potential providers MUST have RSP accreditation plus ISO 27001 information security.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
see attached document
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-035984
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 February 2024
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 February 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
potential bidders should ensure they meet "rules and criteria for participation"
Please check the requirements document carefully as this has been updated since market engagement
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=757396.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:757396)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=757396
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff office
Glasgow
Country
United Kingdom