Section one: Contracting authority
one.1) Name and addresses
Rail Safety and Standards Board (RSSB)
The Helicon, 1 South Place
London
EC2M 2RB
Contact
Hazel Fernandes
Telephone
+44 2031425351
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
04655675
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://rssb.delta-esourcing.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://rssb.delta-esourcing.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Railway safety and research services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
IT Consultancy Services Framework
Reference number
673826195
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
Rail Safety and Standards (RSSB) seeks to procure the best expertise available within the marketplace that offer specialist technical IT Consultancy services. Our IT programme and projects require general and specialist technical consultancy support. RSSB recognises that it cannot entirely internally satisfy its future demand for suitably experienced specialist and professionally qualified experts and as a result is seeking to procure these through the IT Consultancy Framework. Potential providers are hereby invited to tender for these Services.
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Data Science and Visualisation
Lot No
1
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Data Scientist
The exact data science skills and expertise required will be project dependant, but in general we will require machine learning, machine vision and natural language processing expertise.
Data Visualisation and Data Engineer
The Azure and data handling skills and expertise required will be project dependant, and will include understanding and challenging business requirements; designing end-to-end technical solutions to data engineering problems; building data pipelines and simple APIs to load data into the RSSB reporting platform; and developing scripts. It will also involve generating ETL processes and data warehouse models to stage, transform and combine data; and enable reporting, data integration and decisions support tools.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The duration may be extended in respect of some or all Suppliers by up to a further 12 months, subject to a review of Suppliers’ performance and RSSB’s requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Product and Capability Development
Lot No
2
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Lot 2a - Sitecore and .net - The .net and Sitecore skills and expertise required will be for specific projects and maintenance of applications.
Lot 2b - Dynamics - The dynamics skills and expertise required would be the ability to implement and extend dynamics D365 within a business environment, advising on best practices to ensure its features are utilised to the fullest. The responsibilities will be throughout the product lifecycle from discovery, development, testing, and deployment.
Lot 2c - Testing - The testing skills and expertise required would be the ability to lead the testing of business systems across the business. The responsibilities can be over the whole test lifecycle including defining the test strategy and plan along with carry out the testing and presenting the results.
Lot 2d – User Experience and User Interaction - The UX and UI required will be for specific projects. We will be looking at working in an iterative way to do visual design that is through the understanding of users and business goals, prototypes to test hypotheses and delivering final designs for the development teams. This could be for just the front end of the application through to a full-service design.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The duration may be extended in respect of some or all Suppliers by up to a further 12 months, subject to a review of Suppliers’ performance and RSSB’s requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
IT Infrastructure
Lot No
3
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The IT Infrastructure skills and expertise required will be support or project dependant:
Lot 3a - Infrastructure Support - Provision of skilled technical expertise on Service Level Agreement (SLA) basis covering different priority incidents to assist RSSB technical resources in the event of an incident to restore, recover, rebuild a technical service impacting the services as per requirements.
Lot 3b - Infrastructure Security Support - Provision of skilled technical expertise on SLA basis covering different priority incidents to assist RSSB security and technical resources in the event of a disaster recovery incident or to restore/ recover in the event of a security incident of Severity CVE 7.0 and above.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The duration may be extended in respect of some or all Suppliers by up to a further 12 months, subject to a review of Suppliers’ performance and RSSB’s requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Please refer to tender documents
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.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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
5 August 2022
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)
four.2.7) Conditions for opening of tenders
Date
5 August 2022
Local time
12:30pm
Place
London
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://rssb.delta-esourcing.com/respond/X5MFG7Q4V8
GO Reference: GO-202276-PRO-20559253
six.4) Procedures for review
six.4.1) Review body
Rail Safety and Standards Board
The Helicon, 1 South Place
London
EC2M 2RB
Telephone
+44 2031425351
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
RSSB
1 South Place
London
EC2M 2RB
Telephone
+44 2031425351
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
RSSB
1 South Place
London
EC2M 2RB
Telephone
+44 2031425351
Country
United Kingdom