Section one: Contracting entity
one.1) Name and addresses
FIRST TRENITALIA WEST COAST RAIL LIMITED
8th Floor The Point 37 North Wharf Road
London
W2 1AF
Contact
Ruchiie Sehdev
ruchiie.sehdev@avantiwestcoast.co.uk
Telephone
+44 7773732843
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
http://www.avantiwestcoast.co.uk/
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
http://redirect.transaxions.com/events/S9ZD2
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/S9ZD2
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
EPOS with Inventory Management System and Service
two.1.2) Main CPV code
- 72212110 - Point of sale (POS) software development services
two.1.3) Type of contract
Services
two.1.4) Short description
First Trenitalia West Coast Rail (Avanti West Coast) are seeking an electronic Point of Sale and Inventory Management Solution to retail and manage stock on-board our trains and in our first-class lounges. We are looking for a Hardware, Software and Service solution from a supplier that will enable Avanti to improve our customer experience across the entire F&B proposition, support with operational processes and colleague efficiency, and to make better use of data to improve business decision making. Ideally a supplier and their solution will be flexible throughout the contract duration to adapt and improve their package, allowing the catering and customer experience proposition to continually evolve.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48110000 - Point of sale (POS) software package
- 48430000 - Inventory management software package
- 51611100 - Hardware installation services
- 72212110 - Point of sale (POS) software development services
- 72267100 - Maintenance of information technology software
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This is a Prior Information Notice to notify potential providers of the upcoming procurement and to invite interested providers to submit requests to participate in the procurement. The procurement will be carried out in line with the Utilities Contracts Regulations 2016. Further details will be available in the relevant procurement documents at http://redirect.transaxions.com/events/mEuQv. We are looking to publish the Selection Questionnaire in July 2022 and the Invitation to Tender in August 2022.
Further details of the award criteria are not available at the time of publication. A full description of the award criteria will be provided in the relevant procurement documents.
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
60
This contract is subject to renewal
Yes
Description of renewals
The proposed contract duration for the procurement of these Services shall be for an initial term of
three years followed by possible yearly extensions, up to 2 years maximum. i.e., 3+1+1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
31 July 2022
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
High Court
London
Country
United Kingdom