Section one: Contracting entity
one.1) Name and addresses
Govia Thameslink Railway Limited
24 Monument Street
London
EC3R 8AJ
Contact
Ruth Couper
Telephone
+44 7779995953
Country
United Kingdom
Region code
UKJ - South East (England)
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
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
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision and hosting of an Electronic Competency Management System (ECMS)
Reference number
GTR0754
two.1.2) Main CPV code
- 72200000 - Software programming and consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision and hosting of an Electronic Competency Management System (ECMS), which manages compliance with Train Driver Licence and Certificate Regulations (TDLCR) and other Railway Operational compliance requirements.
two.1.5) Estimated total value
Value excluding VAT: £800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48170000 - Compliance software package
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
Summary of Requirements: Provision, hosting and maintenance of an electronic competency management system that is aligned with the requirements for applying and recording details relating to Train Driver Licence and Certificate Regulations (TDLCR), including issuing and withdrawing certificates for UK Driving Licenses and associated medical information, and other compliances relating to Railway Operations.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Cost criterion - Name: Commerical / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £800,000
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
2 x Optional extensions of 12 months gives a total of 60 months. Estimated contract value includes for the optional extensions.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
2 x Optional extension of the term of 12 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
In accordance with the Utilities Contracts Regulations 2016, applicants will be assessed on the basis of information provided in response to the Selection Questionnaire.
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
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As set out in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 March 2025
Local time
12:00pm
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: Yes
six.3) Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/84ZQV7ND9K
GO Reference: GO-2025221-PRO-29524419
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand, 24 Monument Street
London
WC2A 2LL
Telephone
+44 7779995953
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As set out in the Utilities Contracts Regulations 2016