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
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
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
sabrina.hollingum@firstrail.com
Country
United Kingdom
NUTS code
UKK - South West (England)
Internet address(es)
Main address
one.1) Name and addresses
First TransPennine Express Limited
8th Floor The Point, 37 North Wharf Road
London
W2 1AF
Contact
Sabrina Hollingum
sabrina.hollingum@firstrail.com
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
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
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