Tender

Provision of specialist railway telecoms consultancy for FirstRail Train Operating Companies

  • FIRST RAIL HOLDINGS LIMITED
  • First MTR South Western Trains Limited
  • First Greater Western Railway Limited
  • First TransPennine Express Limited
  • First Trenitalia West Coast Rail Limited

F05: Contract notice – utilities

Notice identifier: 2022/S 000-008310

Procurement identifier (OCID): ocds-h6vhtk-032710

Published 28 March 2022, 3:27pm



Section one: Contracting entity

one.1) Name and addresses

FIRST RAIL HOLDINGS LIMITED

8th Floor,The Point, 37 North Wharf Road

LONDON

W21AF

Contact

Sabrina Hollingum

Email

sabrina.hollingum@firstrail.com

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

https://www.firstgroupplc.com/about-firstgroup/uk-rail.aspx

one.1) Name and addresses

First MTR South Western Trains Limited

8th Floor The Point, 37 North Wharf Road

London

W2 1AF

Contact

Sabrina Hollingum

Email

sabrina.hollingum@firstrail.com

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.southwesternrailway.com/

one.1) Name and addresses

First Greater Western Railway Limited

Milford House, 1 Milford St

Swindon

SN1 1HL

Contact

Sabrina Hollingum

Email

sabrina.hollingum@firstrail.com

Country

United Kingdom

NUTS code

UKK - South West (England)

Internet address(es)

Main address

https://www.gwr.com/

one.1) Name and addresses

First TransPennine Express Limited

8th Floor The Point, 37 North Wharf Road

London

W2 1AF

Contact

Sabrina Hollingum

Email

sabrina.hollingum@firstrail.com

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.tpexpress.co.uk/

one.1) Name and addresses

First Trenitalia West Coast Rail Limited

8th Floor The Point, 37 North Wharf Road

London

W2 1AF

Contact

Sabrina Hollingum

Email

sabrina.hollingum@firstrail.com

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.avantiwestcoast.co.uk/

one.2) Information about joint procurement

The contract involves 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

http://redirect.transaxions.com/events/JAge1

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/JAge1

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of specialist railway telecoms consultancy for FirstRail Train Operating Companies

Reference number

FG001515

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of specialist railway telecoms consultancy for FirstRail Train Operating Companies, to support and deliver a range of strategically important technology related programmes relating to SISS (Station Information & Surveillance Systems), station network connectivity, fire systems, and revenue protection programmes.

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)

  • 48000000 - Software package and information systems
  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
  • 64200000 - Telecommunications services
  • 71300000 - Engineering services
  • 71600000 - Technical testing, analysis and consultancy services
  • 73200000 - Research and development consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

FirstRail Holdings (FRH) is seeking to establish a Framework Agreement with consultants who can help support and deliver a range of strategically important technology-related programmes relating to Station Information and Surveillance Systems (SISS), station network connectivity, fire systems, and revenue protection programmes (enabling works for ATGs and TVMs).

Key to this appointment will be a bidder's knowledge and experience of all railway telecoms systems and technologies, spanning from existing legacy railway systems through to leading edge technologies that are to take their place.

We are seeking to engage with those specialist railway SISS consultant(s) who can provide value-for-money services whilst steering FRH through the strategic options relating to our various railway telecoms transformation programmes across our franchises.

The Framework will be in place for a period of two (2) years, with an optional extension of two (2) years, one year extension at a time. FRH does not commit to or guarantee award of contracts under this Framework.

The total anticipated value of this Framework Agreement is estimated to be in the region of £800,000 over the total duration of the Framework (including optional extension).

FRH intend to award the three top scoring tenderers onto this Framework however reserve the right at its total discretion to amend this at any point during the procurement process.

Under this Framework agreement, mini competitions will be held for all contracts over £10,000.

Contracts under the £10,000 threshold will be Direct Awarded in order of highest scoring bidder on a capacity basis. I.e., Once the highest scoring bidder has reached business capacity, a new contract under £10,000 will be directly awarded to the next highest scoring bidder on the Framework following this Procurement.

Summary of Requirements

1. The procurements of the consultancy services will include the following scope of works.

1.1 Advisory:

Prepare technical and functional specifications to support TOC procurement campaigns.

Develop asset renewal and enhancement strategies.

Support the production of business cases and justification for change.

Advise on national SISS / Telecom's policy driven by Network Rail (NR) and other stakeholders including knowledge of Station Leases, Loan-to-Cost (LTC), station annexes, and access conditions.

1.2 Design Assurance:

Independently review and recommend technical approval of 3rd party designs.

Act as Contractors Responsible Engineer (CRE), and Contractors Engineering Manager (CEM), for client schemes.

Provide technical input into 3rd party schemes and projects.

Provide independent assurance support to high value / high profile Telecoms programmes (5G).

1.3 Property Project Management:

Provide turnkey specialist property project management and delivery services (SISS, operational communications, construction) within the following areas:

- Project Management.

- Project Engineering.

- Construction Management (on-site delivery, audit, compliance, snagging).

- QHSE Management.

- Project Planning (understanding the sequencing and delivery of this specialised asset group).

- Project Risk Management.

1.4 Contract Management:

Provide contract administration that is underpinned by deep technical knowledge of SISS and Railway Telecoms.

Significantly improves management of claims and variations.

1.5 Cost Consultancy:

Provide QS and cost management services underpinned by deep technical knowledge of SISS and Railway Telecoms.

Develop complex cost models for high-value CAPEX programmes relating to SISS / Operations Communications.

1.6 The scope detailed in 1.1 - 1.5 is in relation to the following Railway Station Information and Security Systems:

- CIS systems (legacy and new)

- PA systems (legacy and new)

- CCTV systems (legacy and new)

- Hybrid CCTV systems

- CCTV VMS Systems

- CCTV Video Analytics

- CCTV Networks

- Passenger Help Points (Fixed, VoIP, GSM)

- Fire, Security and Access Control

- Driver Only Operation Systems

- Lineside Transmission & Networks (Fibre and Copper)

- Trackside Telecoms systems (5G, CCTV, Wi-Fi)

- Operational Radio Systems (GSM-R)

- Transmission Systems (legacy and new)

The successful bidders will be required to carry out a variety of contracts for FirstRail and our Train Operating Companies (GWR, SWR, TPE, AWC)

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

48

This contract is subject to renewal

Yes

Description of renewals

There is an optional 12 / 24 month extension on this contract.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

2 year initial term contract, with the option to extend by an additional two years, subject to approval.


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

27 April 2022

Local time

5:00pm

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

FirstRail Holdings Ltd

London

Country

United Kingdom