Tender

TPE Video Surveillance System (VSS/CCTV) Renewal

  • FIRSTGROUP HOLDINGS LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-028491

Procurement identifier (OCID): ocds-h6vhtk-037492

Published 11 October 2022, 9:05am



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

Region 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/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