Section one: Contracting entity
one.1) Name and addresses
FIRST MTR SOUTH WESTERN TRAINS LIMITED
8th Floor
LONDON
W21AF
Contact
Richard Bennett
richard.bennett2@swrailway.com
Telephone
+44 7715758999
Country
United Kingdom
Region code
UKI32 - Westminster
Companies House
07900320
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
http://redirect.transaxions.com/events/FoIEx
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://s2c-uk62.waxdigital.com/
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SWR Provision of Station Information & Security Systems (SISS) Maintenance Services
two.1.2) Main CPV code
- 48810000 - Information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
Overview of Requirements
SWR are keen to identify a Contractor that either holds ISO55001 currently or can demonstrate how they can support SWR SISS in their journey to achieve ISO certification.
This ITN is designed to identify a preferred Contractor for the provision of SISS (Station Information and Security Systems) maintenance [preventative and corrective] at all leased premises on the SWR network, alongside associated activities such as reporting and provision of a customer help-desk - together the "Support Services".
This includes, but is not limited to:
Video Surveillance Systems,
Customer Information Systems,
Public Address Systems,
Remote Controlled Access Systems,
Body Worn Video Systems,
Train Dispatch Closed-Circuit Television,
Passenger Help Points,
Drivers Late Notice Screens,
Staff Information Screens,
Clocks in Guards Deports,
Clocks in Train Depots.
Dynamic Disruption Screens,
Multi-Modal Information Screens.
Concentrators in Depots and Signal Boxes.
South Western Railway (the Client) is seeking to implement a maintenance and repair regime to ensure the SISS assets are maintained in accordance with relevant standards and are repaired by suitably qualified engineers to ensure they achieve their expected lifecycle.
This will ensure that all station SISS assets are working seamlessly and fully integrated to ensure that there is an ongoing availability of the overall systems to the Contractor. video surveillance and body worn video systems will be fully operational for the purpose of crime prevention, security, and public safety, the customer information, public address and help point systems will be available to ensure our customers always receive real-time information and can all for assistance. Furthermore, our remote access systems will be available so that Customers have access to facilities at unstaffed stations.
SWR leased premises have a mixture of SISS assets. The successful Contractor shall ensure these assets are maintained in line with relevant NR & Industry Standards along with SWR requirements, ensuring we have sufficient contract management resources.
These activities are required as part of committed obligations associated with the Department for Transport National Rail Contract, Office of Road and Rail license conditions, obligations to Network Rail under Depot and Station Access Conditions and our working practices and policies.
There may also be opportunities to provide asset renewals and enhancements at our leased premises through identified funding streams and opportunities throughout the life of the contract.
The contract period is up to 30 November 2028 with an option for a 2-year extension, one year at a time.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48810000 - Information systems
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
- UKK2 - Dorset and Somerset
two.2.4) Description of the procurement
Overview of Requirements
SWR are keen to identify a Contractor that either holds ISO55001 currently or can demonstrate how they can support SWR SISS in their journey to achieve ISO certification.
This ITN is designed to identify a preferred Contractor for the provision of SISS (Station Information and Security Systems) maintenance [preventative and corrective] at all leased premises on the SWR network, alongside associated activities such as reporting and provision of a customer help-desk - together the "Support Services".
This includes, but is not limited to:
Video Surveillance Systems,
Customer Information Systems,
Public Address Systems,
Remote Controlled Access Systems,
Body Worn Video Systems,
Train Dispatch Closed-Circuit Television,
Passenger Help Points,
Drivers Late Notice Screens,
Staff Information Screens,
Clocks in Guards Deports,
Clocks in Train Depots.
Dynamic Disruption Screens,
Multi-Modal Information Screens.
Concentrators in Depots and Signal Boxes.
South Western Railway (the Client) is seeking to implement a maintenance and repair regime to ensure the SISS assets are maintained in accordance with relevant standards and are repaired by suitably qualified engineers to ensure they achieve their expected lifecycle.
This will ensure that all station SISS assets are working seamlessly and fully integrated to ensure that there is an ongoing availability of the overall systems to the Contractor. video surveillance and body worn video systems will be fully operational for the purpose of crime prevention, security, and public safety, the customer information, public address and help point systems will be available to ensure our customers always receive real-time information and can all for assistance. Furthermore, our remote access systems will be available so that Customers have access to facilities at unstaffed stations.
SWR leased premises have a mixture of SISS assets. The successful Contractor shall ensure these assets are maintained in line with relevant NR & Industry Standards along with SWR requirements, ensuring we have sufficient contract management resources.
These activities are required as part of committed obligations associated with the Department for Transport National Rail Contract, Office of Road and Rail license conditions, obligations to Network Rail under Depot and Station Access Conditions and our working practices and policies.
There may also be opportunities to provide asset renewals and enhancements at our leased premises through identified funding streams and opportunities throughout the life of the contract.
The contract period is up to 30 November 2028 with an option for a 2-year extension, one year at a time.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
25
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Potential 2 year extension with yearly one year increments
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 receipt of tenders or requests to participate
Date
20 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
First MTR South Western Trains Ltd
8th Floor, The Point, 37 North Wharf Road
London
W2 1AF
Country
United Kingdom