Tender

IT Consultancy Services Framework

  • Rail Safety and Standards Board (RSSB)

F02: Contract notice

Notice identifier: 2022/S 000-018433

Procurement identifier (OCID): ocds-h6vhtk-034ea9

Published 6 July 2022, 10:05am



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

Email

hazel.fernandes@rssb.co.uk

Telephone

+44 2031425351

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

04655675

Internet address(es)

Main address

www.rssb.co.uk

Buyer's address

www.rssb.co.uk

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:

https://rssb.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./X5MFG7Q4V8

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