Tender

Provision of booking engine

  • Caledonian Sleeper Limited

F05: Contract notice – utilities

Notice identifier: 2024/S 000-004088

Procurement identifier (OCID): ocds-h6vhtk-04222b

Published 7 February 2024, 2:52pm



Section one: Contracting entity

one.1) Name and addresses

Caledonian Sleeper Limited

Basement and Ground Floor Premises, 1-5 Union Street

Inverness

IV1 1PP

Email

procurement@caledoniansleeper.scot

Telephone

+44 07738896610

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.sleeper.scot

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