By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Provision of ITSO Compliant Smart Ticketing Validation Equipment and Associated Services.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Rail Settlement Plan Limited
40 Bernard Street
For the attention of: James Carr
WC1N 1BY London
UNITED KINGDOM
Telephone: +44 2078418247
E-mail: [email protected]

Further information can be obtained from: Rail Settlement Plan Limited
40 Bernard Street
For the attention of: James Carr or Roger Petty
WC1N 1BY London
UNITED KINGDOM
Telephone: +44 2078418121
E-mail: [email protected]

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: Rail Settlement Plan Limited
40 Bernard Street
For the attention of: James Carr or Roger Petty
WC1N 1BY London
UNITED KINGDOM
Telephone: +44 2078418121
E-mail: [email protected]

Tenders or requests to participate must be sent to: Rail Settlement Plan Limited
40 Bernard Street
For the attention of: James Carr
WC1N 1BY London
UNITED KINGDOM
Telephone: +44 2078418247
E-mail: [email protected]

I.2)Main activity
Railway services
I.3)Contract award on behalf of other contracting entities

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Provision of ITSO Compliant Smart Ticketing Validation Equipment and Associated Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Nationwide accross the Great Britian franchised rail network.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Rail Settlement Plan Limited (RSP) is a company owned by the UK franchised Train Operating Companies (TOCs). RSP provides and manages on behalf of TOCs a number of shared services, ranging from the provision of ticket stock to the allocation of industry revenue.
RSP and the TOCs, are currently working with the Department for Transport (DfT) to provide a "smart ticketing rdquo; infrastructure at stations operated by TOCs and Network Rail in the South East of England, which shall be ITSO certifiable.
RSP and the TOCs in conjunction with the DfT are currently defining the geographical area to be covered by the services and also the potential infrastructure requirements i.e. communications and power and such details and their potential implications, if known, will be included in any subsequent tender documentation. It is estimated that up to 350 stations may require passenger validators, totalling about 1 000 units. Aspects of the negotiation process are intended to highlight the solutions to dealing with remote stations.
The chosen supplier or suppliers should be able to deliver ITSO certifiable "Smart Ticketing rdquo; validation equipment and associated support services. The technical infrastructure requirements may require differing equipment solutions (see each Lot description, if applicable). This may require the issue of more than one contract to facilitate the implementation of the project but this will only become clear during the negotiation phase of the tendering process where the individual tenderers specific capabilities and solutions can be assessed against the overall project objectives. As such RSP reserves the right to offer more than one contract, under Lots if necessary, to facilitate the best VFM technical solution where communications and power requirements currently available at the stations potentially have a direct impact on the solution required.
This project is subject to and conditional upon DfT funding.
II.1.6)Common procurement vocabulary (CPV)

30233300, 30162000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
RSP and the TOCs in conjunction with the DfT are currently defining the geographical area to be covered by the Services and such details will be included in any subsequent tender documentation. It is estimated that up to 350 stations may require passenger validators, totalling about 1 000 units.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Hard Wired Station Validators
1)Short description:
Provision of hard wired station validators dependent on the provision of current station provided power and communications infrastructure.
2)Common procurement vocabulary (CPV)

30233300, 30162000

3)Quantity or scope:
To be determined once survey and preparatory work has been carried out by supplier and/or TOCs.
Lot No: 2 Lot title: Wireless Station Validators
1)Short description:
Provision of wireless station validators independent from the provision of current station provided power and communications infrastructure.
2)Common procurement vocabulary (CPV)

30162000, 30233300

3)Quantity or scope:
To be determined once survey and preparatory work has been carried out by supplier and/or TOCs.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The successful bidder will be required to bear all up-front development costs, including accreditation costs where applicable and will be paid on the basis of milestone payments upon completion and provision of all deliverables for specified milestones.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: All relevant parts of the Services must comply with current ITSO standards.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Details required are included within the Pre-Qualification Questionnaire (PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Details required are included within the Pre-Qualification Questionnaire (PQQ).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
21.9.2012 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
Any party wishing to express an interest in the provision of RSP’s requirements shall be required to complete and forward to RSP by the deadline set out in this notice a Prequalification Questionnaire (PQQ). A PQQ may be obtained from RSP upon request by email at [xxxxxx].
Responses shall be submitted electronically in either MS Word or PDF format and forwarded to the email address provided in the PQQ and Tender documentation.
Details of the full requirements and a draft contract will be made available in the invitation to tender document provided to shortlisted respondents.
All tenderers shall achieve greater than 50 % of the available score to be considered for inclusion in the ITT. A maximum of 7 and a minimum of 3 of the highest scoring submissions will be invited to participate in the ITT.
(MT Ref:89053).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
31.8.2012