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
Telephone
+44 2072910505
Country
United Kingdom
Region code
UKI32 - Westminster
Companies House
02029363
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
http://redirect.transaxions.com/events/ToYDa
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/ToYDa
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
TPE Video Surveillance System (VSS/CCTV) Renewal
two.1.2) Main CPV code
- 35120000 - Surveillance and security systems and devices
two.1.3) Type of contract
Supplies
two.1.4) Short description
First Transpennine Express (TPE) has a business plan commitment (BPC) to renew the legacy station CCTV deployed across its station network with a new, fit-for-purpose VSS / CCTV solution. This new VSS/CCTV solution shall not only address the serious obsolescence risks that exist on the current CCTV infrastructure, it will also play a strategic role in the future management of station operations and improved customer experience through the network-wide deployment of video analytics and new camera technologies (AI).
The purpose of the Project Requirement Specification document is to define the scope of works and deliverables that are required for this important project.
TPE are seeking bidders to provide detailed proposals that are.
• compliant with railway industry and UK national standards
• High functionality, innovative and transformational
• robust and proven technologies
• cost certain and provides measurable value to TPE and its stakeholders
Existing TransPennine Express CCTV assets have significantly exceeded their 15-year asset life expectancy and are now all exhibiting age-related problems with increasing failures that are impacting the operational safety, service quality and passenger experience across the network.
Some stations have experienced complete failure of all CCTV cameras and systems and with excessive lead times for legacy parts, this is not an acceptable scenario for any modern UK railway station.
The majority of TPE CCTV cameras are analogue and have therefore have low-resolution image quality and below that expected and needed by TPE and its stakeholders. Modern IP cameras have vastly superior image quality and range including the ability to offer leading edge innovations such as video analytics and artificial intelligence applications.
two.1.5) Estimated total value
Value excluding VAT: £5,550,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35120000 - Surveillance and security systems and devices
- FB09 - For security system
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
- UKM - Scotland
Main site or place of performance
Barnetby
Brough
Cleethorpes
Dewsbury
Grimsby Town
Huddersfield
Hull
Middlesborough
Manchester Airport
Malton
Northallerton
Selby
Scarborough
Scunthorpe
Seamer
Stalybridge
Thornaby
Thirsk
Yarm
two.2.4) Description of the procurement
The procurement process will be managed under regulations of UCR 2016 by using Negotiated Procedure. The process will be initiated by publishing the Expression of Interest (EOI) on the official website and available open platforms. Allowing bidders to register their interest by signing the issued NDA. Upon completion of NDA, A PQQ will be issued to prospective suppliers (based on signed NDA) prior to the release of the ITT. The selection criteria that will be used to shortlist suppliers is as follows;
• Reputable suppliers who are well known within the industry
• Existing customers in a similar industry or similar networking footprint
• Key manufacturer accreditations for Networking or cloud services
The tender will be a competitive tender, using a restricted scoring process to limit the number of suppliers involved in the ITT with the preferred tenderer proposing the most economically advantageous tender (Best Price - Quality Ratio) in BAFO with a standstill period. The considerations for the contract are more focused on the service provision. We expect to contract under the customer's terms with little margin to negotiate on T&C due to nature of the services provided.
The works and services will comprise of the following main activities:
• Producing a Telecoms Design
• Producing a Privacy Impact Assessment
• Supply, installation, and commissioning of site equipment
• Supply, installation, and commissioning of centralised video management systems
• Obtaining Network Rail Landlords Consent
• Obtaining Listed Buildings Consent
• Obtaining Station Change
• Programme Management
• Project Management
• Compliance with CDM-2015 requirements
• Compliance with TPE, Network Rail and Railway Group Standards
• Compliance with video surveillance polices and legislation
• Risk Management
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: £5,550,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
45
This contract is subject to renewal
Yes
Description of renewals
The contract duration will be for 45months (21 Months for Capitalisation & Installation plus 24 Months for Post Implementation Maintenance & Support Contract) with the option to extend for up to a further 2 years subject to the approval.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
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
10 November 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.4) Procedures for review
six.4.1) Review body
FirstGroup Holding Limited
London
Country
United Kingdom