Opportunity

Fully Managed SD WAN Services 2022

  • FIRSTGROUP HOLDINGS LIMITED

F05: Contract notice – utilities

Notice reference: 2022/S 000-020975

Published 1 August 2022, 2:53pm



Section one: Contracting entity

one.1) Name and addresses

FIRSTGROUP HOLDINGS LIMITED

8th Floor, The Point,37 North Wharf Road

LONDON

W21AF

Contact

Ejaz Kamal

Email

ejaz.kamal@firstrail.com

Telephone

+44 2072910505

Country

United Kingdom

NUTS code

UKI32 - Westminster

Companies House

02029363

Internet address(es)

Main address

http://www.firstgroupplc.com/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

http://redirect.transaxions.com/events/0dv5p

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/0dv5p

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Urban railway, tramway, trolleybus or bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fully Managed SD WAN Services 2022

two.1.2) Main CPV code

  • 60210000 - Public transport services by railways

two.1.3) Type of contract

Services

two.1.4) Short description

The progressive replacement of private data access circuits and where necessary Client Premise Equipment (CPE) supporting a current flat Multi-Protocol Label Switching (MPLS) Wide Area Network (WAN) and the migration/optimisation to Software Defined Wide Area Network (SD-WAN). This includes any SDWAN appliances/software and/or security appliances/software necessary to integrate to existing networking and security

infrastructure. The replacement/upgrade of dedicated private access circuits for CCTV and where necessary the migration to IP CCTV.

The scope of this project is a Three Year Term and up to two years extensions (subject to DFT approval) with the overall purposes/objectives:

1. Improve network traffic management whilst reducing backhauled data centre traffic;

2. Improve network security & segmentation utilising core & edge security solutions;

3. Improve network bandwidth using multiple/different network transport types;

4. Design the cloud and on-premises solution which maximises existing investments;

5. Improve network insight (Monitoring/reporting);

6. Improve agility to manage service level agreements;

7. Improve network automation, orchestration and virtualisation;

8. Progressively migrate to SDWAN minimising business impact;

9. Demonstrate product roadmaps and innovation;

10. Progressively reduce network cost.

The governance for this project will be Two separate procurements on behalf of FirstGroup Holdings Ltd. (FGH) and its two subsidiary companies, "South Western Railway

(SWR)" & "Great Western Railway (GWR)". There will be two lots and each bidder may bid for one or both lots.

two.1.5) Estimated total value

Value excluding VAT: £32,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Following are the summary of lots available to bidders:

Lot - 1 Data Access Services Framework

DAC (Data Access Circuits) Framework Agreement including pricing for all types of circuits pertinent to this procurement and quality assessment of DAC services (Contract 1).

Lot - 2 Fully Managed SDWAN.

Fully managed SDWAN design and implementation into service specific for GWR (Contract 2).

Fully managed SDWAN design and implementation into service specific for SWR (Contract 3).

two.2) Description

two.2.1) Title

Data Access Services Framework

Lot No

1

two.2.2) Additional CPV code(s)

  • 64210000 - Telephone and data transmission services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

DAC Framework Agreement including pricing for all types of circuits pertinent to this procurement and quality assessment of DAC services (Contract 1).

At Preferred Bidder (PB) stage specific DAC Bill of Materials (BOM) will then be priced for SWR & GWR.

GWR 175 Dual Circuits - (2 HQ, 157 Stations, 5 Depots, 10 4G Portacabin).

SWR 203 Dual Circuits - (3 HQ, 187 Stations, 9 Depots, 4 4G Portacabin).

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: £21,000,000

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

Description of renewals

The contract duration will be for 36months (i.e. up to 31/12/25 and presuming contract signature is Dec 2022) with the option to extend for up to a further 2 years subject to the approval.

Note: Above mentioned estimated value is based on 60 months.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Fully Managed SD WAN

Lot No

2

two.2.2) Additional CPV code(s)

  • 72720000 - Wide area network services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Supply and installation of a Fully Managed SD Wan solution including equipment and ongoing Support & Maintenance Service for Great Western Railways (GWR) and South Western Railways (SWR)

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: £11,500,000

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 contract duration will be for 36 months (i.e. up to 31/12/25 and presuming contract signature is Dec 2022) with the option to extend for up to a further 2 years subject to DFT approval.

two.2.10) Information about variants

Variants will be accepted: Yes

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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

24 August 2022

Local time

2:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

2 September 2022

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.3) Additional information

- Access to the PQQ & Tender will only be granted after a potential bidder has sent an "Expression of Interest" through our Wax Digital Portal and signed an NDA (or can provide proof of an existing & relevant NDA that has been executed between our companies).

- Suppliers must submit a PQQ response by the expressed deadline in the PQQ. Applicants will be able to download initial Procurement Documents which include the Outline Scope, detailed specification and Pre-Qualification Questionnaire documents for information about conditions for participation.

- Only suppliers shortlisted at the PQQ stage will be asked to submit a full Tender response.

- For the avoidance of doubt, FGH shall maintain and comply with a procurement policy that is consistent with all requirements (including all publication or notification requirements that apply from time to time) of the Utilities Contracts Regulations 2016 ("Procurement Policy").

-FGH shall act in accordance with such Procurement Policy in relation to all processes to procure goods and services that are commenced during the Emergency Measures Agreement ("EMA") Term or, if extended, the Extended Term or subsequent National Rail Contracts ("NRC")

- Due to a material value change in our previously published Contract Notice (CN) Ref # 2022/S 000-020192 and the limitation of the Find-a-Tender platform, we need to cancel the existing CN and issue a new one.

- This new version of the CN has been published today, but please note that you do not need to submit a new Expression Of Interest (EOI) or sign another NDA (if submitted already), as we will transfer your submission details to the new CN. All other details including the project timetable and link to our EOI in Wax Digital contained within the CN remains the same.

six.4) Procedures for review

six.4.1) Review body

FirstGroup Holding Limited

8th Floor, The Point,37 North Wharf Road

London

W21AF

Country

United Kingdom