East West Railway Company has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | EWR Co. Scheme Development Phase Technical Partner |
Notice type: | Contract Notice |
Authority: | East West Railway Company |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The role of the Technical Partner is: 1. To develop the systems architecture for the railway. 2. To seek and acquire development consent under the Planning Act 2008. 3. To provide systems integration and assurance support to the Project ensuring that the whole-life systems architecture is embedded. 4. To prepare for delivery phase of the project. |
Published: | 01/02/2021 12:18 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
East West Railway Company, 11072935
Great Minster House, 3/13 33 Horseferry Road,, London,, England,, SW1P 4DR, United Kingdom
Tel. +44 3301340067, Email: bryceselkirk@quantum-360.co.uk
Contact: Bryce Selkirk
Main Address: https://eastwestrail.co.uk/, Address of the buyer profile: https://eastwestrail.co.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: EWR Co. Scheme Development Phase Technical Partner
Reference Number: Not provided
II.1.2) Main CPV Code:
71311200 - Transport systems consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The role of the Technical Partner is:
1. To develop the systems architecture for the railway.
2. To seek and acquire development consent under the Planning Act 2008.
3. To provide systems integration and assurance support to the Project ensuring that the whole-life systems architecture is embedded.
4. To prepare for delivery phase of the project.
II.1.5) Estimated total value:
Value excluding VAT: 110,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71311200 - Transport systems consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The role of the Technical Partner is:
1. To develop the systems architecture for the railway.
2. To seek and acquire development consent under the Planning Act 2008.
3. To provide systems integration and assurance support to the Project ensuring that the whole-life systems architecture is embedded.
4. To prepare for delivery phase of the project.
In order to be able to access the ITT documentation Tenderers will be required to submit to EWR Co. a signed Non Disclosure Agreement (NDA). If you have already submitted a signed NDA you will receive the documents via Delta Notification. If you have submitted a signed NDA and have not received a Delta Notification or require a copy of the NDA, please contact Ami Keilah by emailing ami.keilah@eastwestrail.co.uk
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: 1 Year extension
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Selection criteria as stated in the procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2020/S 221 - 542054
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 05/03/2021 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 05/03/2021
Time: 12:05
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=565730863
VI.4) Procedures for review
VI.4.1) Review body:
East West Railway Company
Great Minster House, 3/13 33 Horseferry Road,, London, England, SW1P 4DR, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 01/02/2021
Annex A