Rail Safety and Standards Board: 2021-MIS-002 Platform Verification Service - Qualification Management System.

  Rail Safety and Standards Board is using Delta eSourcing to run this tender exercise

Notice Summary
Title: 2021-MIS-002 Platform Verification Service - Qualification Management System.
Notice type: Contract Notice
Authority: Rail Safety and Standards Board
Nature of contract: Supplies
Procedure: Open
Short Description: The RSSB is seeking to procure a Platform Verification Service - Quality Management System. The current Railway Industry Supplier Qualification Scheme (RISQS) was developed to assist buyers search for suppliers working or wishing to work within Great Britain's (GB) Railway Industry by providing a fair, open and transparent third-party qualification process.
Published: 10/11/2022 10:34
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Software package and information systems.
Section I: Contracting Authority
      I.1) Name and addresses
             RSSB
             1 South Place, London, EC2M 2RB, United Kingdom
             Tel. +44 2031425300, Email: tim.batkin@rssb.co.uk
             Contact: Tim Batkin
             Main Address: www.rssb.co.uk
             NUTS Code: UKI
      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
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./4X4U7RF67H
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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: 2021-MIS-002 Platform Verification Service - Qualification Management System.       
      Reference Number: 2021-SUS-002
      II.1.2) Main CPV Code:
      48000000 - Software package and information systems.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The RSSB is seeking to procure a Platform Verification Service - Quality Management System.

The current Railway Industry Supplier Qualification Scheme (RISQS) was developed to
assist buyers search for suppliers working or wishing to work within Great Britain's (GB)
Railway Industry by providing a fair, open and transparent third-party qualification process.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,760,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: The RSSB is seeking to procure a Platform Verification Service - Quality Management System.
The current Railway Industry Supplier Qualification Scheme (RISQS) was developed to
assist buyers search for suppliers working or wishing to work within Great Britain's (GB)
Railway Industry by providing a fair, open and transparent third-party qualification process.
RISQS helps to reduce the duplication of effort that organisations see from capability
checks (e.g., selection questionnaires SQ) and systems assessments) carried
out by multiple buyers. It gives suppliers of all sizes an equal opportunity to demonstrate
their capabilities and market their products and services whilst ensuring compliance to
cross industry standards. RISQS services include collection of the industry's supplier
selection questionnaire, verification of the data provided and audits for suppliers
that have indicated they provide services that require audit. The electronic collection and
verification of data Services.
This procurement represents the Platform aspect of the verification service, and it is intended there will be a further procurement for the Maintenance and Customer Service later to complete the Quality Management System
      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: 1,760,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: The term of the contract will be 3 years (36 months).
      
      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: The RSSB is seeking to procure a Platform Verification Service - Quality Management System, which will provide the platform for the Railway Industry Supplier Qualification System, (RISQS).       


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:          
      Not Provided       
      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.2.2) Contract performance conditions       
      The commissioning of the Platform Verification Service - Quality Management System is deemed to be "time is of the essence of the contract" and therefore tenderers should consider how the consequential loss for late delivery should be underwritten and or insured, by guarantee or Performance Bond, when bidding for this tender.          
      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: 2021/S 000 - 022676       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 12/12/2022 Time: 15:00
            
      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:
         Until: 28/02/2023
      
      IV.2.7) Conditions for opening of tenders:
         Date: 12/12/2022
         Time: 15:00
         Place:
         London
      

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 No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./4X4U7RF67H

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4X4U7RF67H
   VI.4) Procedures for review
   VI.4.1) Review body:
             Rail Safety and Standards Board (RSSB)
       The Helicon, 1 South Place, London, London, EC2M 2RB, United Kingdom
       Tel. +44 2031425300, Email: tim.batkin@rssb.co.uk
       Internet address: WWW.RSSB.CO.UK
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Notice of decision to award contract will be published in accordance with the statutory 10-day standstill period.    
   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: 10/11/2022

Annex A


View any Notice Addenda

View Award Notice