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

Provision of Forward Facing CCTV.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

London and Birmingham Railway Limited
102 New Street
For the attention of: Simon Aldridge
B2 4JB Birmingham
UNITED KINGDOM
Telephone: +44 1216541283
E-mail:
Fax: +44 1216541238

Internet address(es):

General address of the contracting authority: http://londonmidland.com

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Other: railway services
I.3)Main activity
Other: railway services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of Forward Facing CCTV.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UK,UKG3

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The purpose of this project is to install Forward Facing Closed Circuit Television (FFCCTV) on various London Midland trains to deliver operation improvements in performance and safety.
In addition to this main requirement, options (lots) may be included for other future requirements (under a separate Notice) which may be progressed and will need to be considered in any response to this notice and any subsequent tender.
Options are required for future proofing the system to allow for enhanced communication capability. A gigabit through-train back-bone should be included as 1 of these options.
This would be to support potential future projects:
- Condition Based Maintenance Systems;
- Passenger Information Systems;
- On Train CCTV;
- Passenger WiFi.
This list is not exclusive and other projects may be considered in the future, however all or none of these works may progress as all works are subject to external funding being secured before any tenders for completion of the works are issued.
II.1.6)Common procurement vocabulary (CPV)

32234000, 34632300, 64212400, 32510000, 50312000, 48813000, 48813200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
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

Information about lots

Lot No: 1 Lot title: Forward Facing Closed Circuit Television (FFCCTV)
1)Short description
London Midland is working with Network Rail to install a high definition forward facing CCTV System capable of both live remote viewing and historical download to its fleet of Class 350 and Class 323 Vehicles. In addition, it is also intended to install a pantograph camera on one Class 350/1 vehicle.
The system should utilise mobile data networks for secure remote access to the camera images while vehicles are in service, with WiFi access for both live and recorded images within depot environments. A high-speed through-train Ethernet backbone will also be required.
Class 323: 26 Units.
Class 350: 40 Units.
Any response to this notice must consider the need to future-proof any system and be cognisant of the other potential projects listed at II.1.5) of this notice.
Works associated with this notice are subject to the Contracting Entity securing funding for the works.
2)Common procurement vocabulary (CPV)

32234000, 34632300

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
None.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Privately financed and payments will be made in accordance with the conditions of the Contract.
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: Term and Conditions of the Contract.
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: Sufficient to meet the requirements for each of the respective Lots as detailed in Annex B.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Demonstrate the capabilities to meet the requirements for each of the respective Lots as detailed in Annex B by providing details of similar contracts satisfactorily undertaken over the last 3 years including value and client. Details must make clear the scope of the works and the degree of responsibility undertaken.
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
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
LBR 1228
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
6.12.2015 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Interested Parties are to email the contact name in Section 1 of this notice to request access to the Pre-qualification Questionnaire. A link for this document will be forwarded and interested parties will be required to respond to this by the due date of this notice. Following response to this notice and the pre-qualification questionnaire, an invitation to tender document may be issued notwithstanding the existence of the RISQS Railway industry supplier qualification scheme, tenderers will be selected on the basis of responses to this notice.
Any subsequent tender will be issued subject to the contracting authority receiving funding to progress for the initial Lot 1 and other available funding for subsequent Lots. Any applicant whose request to participate does not comply with all the requirements set out in this notice may be excluded from the competition.
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:
13.11.2015