Govia Thameslink Railway Limited (GTR): Provision and hosting of an Electronic Competency Management System (ECMS)

  Govia Thameslink Railway Limited (GTR) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision and hosting of an Electronic Competency Management System (ECMS)
Notice type: Contract Notice - Utilities
Authority: Govia Thameslink Railway Limited (GTR)
Nature of contract: Services
Procedure: Negotiated with competition
Short Description: Provision and hosting of an Electronic Competency Management System (ECMS), which manages compliance with Train Driver Licence and Certificate Regulations (TDLCR) and other Railway Operational compliance requirements.
Published: 21/02/2025 14:19
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 programming and consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Govia Thameslink Railway Limited
             24 Monument Street, London, EC3R 8AJ, United Kingdom
             Tel. +44 7779995953, Email: ruth.couper@gtrailway.com
             Contact: Ruth Couper
             Main Address: https://gtrailway.com/
             NUTS Code: UKJ
      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-programming-and-consultancy-services./84ZQV7ND9K
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via 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: www.delta-esourcing.com

      I.6) Main activity:
            Railway services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Provision and hosting of an Electronic Competency Management System (ECMS)       
      Reference Number: GTR0754
      II.1.2) Main CPV Code:
      72200000 - Software programming and consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Provision and hosting of an Electronic Competency Management System (ECMS), which manages compliance with Train Driver Licence and Certificate Regulations (TDLCR) and other Railway Operational compliance requirements.       
      II.1.5) Estimated total value:
      Value excluding VAT: 800,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
   
      
      II.2.2) Additional CPV codes:
      48170000 - Compliance software package.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Summary of Requirements: Provision, hosting and maintenance of an electronic competency management system that is aligned with the requirements for applying and recording details relating to Train Driver Licence and Certificate Regulations (TDLCR), including issuing and withdrawing certificates for UK Driving Licenses and associated medical information, and other compliances relating to Railway Operations.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical / Weighting: 60
                        
            Cost criterion - Name: Commerical / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: 2 x Optional extensions of 12 months gives a total of 60 months. Estimated contract value includes for the optional extensions.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 3
            
      Objective criteria for choosing the limited number of cadidates: As set out in the procurement documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: 2 x Optional extension of the term of 12 months
      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:          
      In accordance with the Utilities Contracts Regulations 2016, applicants will be assessed on the basis of information provided in response to the Selection Questionnaire.    
      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.1.4) Objective rules and criteria for participation
            As set out in the procurement documents    
      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.1.6) Deposits and guarantees required:
       Not Provided   
      III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
       Not Provided   
      III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
       Not Provided      
   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          
      Not Provided          
      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: Yes    
   
Section IV: Procedure
   IV.1) Description NEGOTIATED_WITH_COMPETITION
      IV.1.1) Type of procedure: Competitive procedure with negotiation   
   
   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 8 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   
   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: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 25/03/2025 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-programming-and-consultancy-services./84ZQV7ND9K

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/84ZQV7ND9K
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       Strand, 24 Monument Street, London, WC2A 2LL, United Kingdom
       Tel. +44 7779995953, Email: ruth.couper@gtrailway.com
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    As set out in the Utilities Contracts Regulations 2016    
   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: 21/02/2025

Annex A


View any Notice Addenda

View Award Notice