Transpennine Trains Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Software Defined Wide Area Network (SDWAN) |
Notice type: | Contract Notice - Utilities |
Authority: | Transpennine Trains Limited |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | TransPennine’s Software-Defined Wide Area Network (SDWAN) is a pivotal part of our core infrastructure enabling the operation and delivery of some of our most important IT assets and systems across the extensive TPT network in Northern England and Southern Scotland. The SDWAN effectively enables the safe and reliable operation of key customer facing assets such as Ticket Vending Machines (TVMs) and Customer Information Systems (CIS). TransPennine currently has 47 existing circuits in the SDWAN network. TransPennine has 21 locations, and it is anticipated that a small number of these may require additional works to the physical environment to facilitate this core infrastructure upgrade. It is planned that this procurement will include the carrying out of these works to enable installation. To enable this, a separate smaller piece of work to survey TPT’s locations and capture the output requirements from this is currently being completed and will form part of the ITT. |
Published: | 25/08/2023 15:44 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Transpennine Trains Limited
Bridgewater House, 58-60 Whitworth Street, Manchester, M1 6LT, United Kingdom
Tel. +44 03456001671, Email: procurement@tpexpress.co.uk
Contact: Procurement Department
Main Address: https://www.tpexpress.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
The procurement documents are available for unrestricted and full direct access, free of charge, 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.6) Main activity:
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Software Defined Wide Area Network (SDWAN)
Reference Number: Not provided
II.1.2) Main CPV Code:
72720000 - Wide area network services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: TransPennine’s Software-Defined Wide Area Network (SDWAN) is a pivotal part of our core infrastructure enabling the operation and delivery of some of our most important IT assets and systems across the extensive TPT network in Northern England and Southern Scotland. The SDWAN effectively enables the safe and reliable operation of key customer facing assets such as Ticket Vending Machines (TVMs) and Customer Information Systems (CIS). TransPennine currently has 47 existing circuits in the SDWAN network. TransPennine has 21 locations, and it is anticipated that a small number of these may require additional works to the physical environment to facilitate this core infrastructure upgrade. It is planned that this procurement will include the carrying out of these works to enable installation. To enable this, a separate smaller piece of work to survey TPT’s locations and capture the output requirements from this is currently being completed and will form part of the ITT.
II.1.5) Estimated total value:
Value excluding VAT: 410,000
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:
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: Interested parties will be invited to take part in a SQ that will be used to create a shortlist for an Invitation to Tender process when further information will be provided. The SQ will provide further details in terms of the actual selection process for shortlist. In relation to the Invitation to Tender (ITT), the shortlisted supplier list will be furnished with a detailed summary of requirements incorporated into an ITT which will look to evaluate a supplier response to the Technical/Qualitative and Commercial/Quantitative requirements, incorporated into this will be a contractual evaluation structure. The scope of the services to be provided by the Tenderer awarded the Contract will include, but not be limited to, the following: •Placing of additional circuits and replacement of current circuits to ensure that any new technology can be fully delivered and realised. •Delivery of increased bandwidths that will accommodate parallel projects running within our business. •Providing a responsive, support service following installation.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical/Qualitative / Weighting: 40
Cost criterion - Name: Commercial/Quantitative / Weighting: 60
II.2.6) Estimated value:
Value excluding VAT: 410,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Extensions of up to 24 months are possible following the end of the initial contract period.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
Objective criteria for choosing the limited number of cadidates: Not provided
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:
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.1.4) Objective rules and criteria for participation
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.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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 8 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: 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: 22/09/2023 Time: 16:00
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: Not Provided
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Wide-area-network-services./36GW263693
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/36GW263693
VI.4) Procedures for review
VI.4.1) Review body:
TransPennine Trains Limited
Manchester, 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: 25/08/2023
Annex A
View any Notice Addenda
UK-Manchester: Wide area network services.
Section I: Contracting Entity
I.1) Name, Addresses and Contact Point(s):
Transpennine Trains Limited
Bridgewater House, 58-60 Whitworth Street, Manchester, M1 6LT, United Kingdom
Tel. +44 03456001671, Email: procurement@tpexpress.co.uk
Contact: Procurement Department
Main Address: https://www.tpexpress.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.6) Main activity:
Railway services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Software Defined Wide Area Network (SDWAN)
Reference number: Not Provided
II.1.2) Main CPV code:
72720000 - Wide area network services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: TransPennine’s Software-Defined Wide Area Network (SDWAN) is a pivotal part of our core infrastructure enabling the operation and delivery of some of our most important IT assets and systems across the extensive TPT network in Northern England and Southern Scotland. The SDWAN effectively enables the safe and reliable operation of key customer facing assets such as Ticket Vending Machines (TVMs) and Customer Information Systems (CIS). TransPennine currently has 47 existing circuits in the SDWAN network. TransPennine has 21 locations, and it is anticipated that a small number of these may require additional works to the physical environment to facilitate this core infrastructure upgrade. It is planned that this procurement will include the carrying out of these works to enable installation. To enable this, a separate smaller piece of work to survey TPT’s locations and capture the output requirements from this is currently being completed and will form part of the ITT.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.1) Title: Not Provided
Lot No: Not Provided
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKE - YORKSHIRE AND THE HUMBER
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
II.2.4) Description of the procurement: Interested parties will be invited to take part in a SQ that will be used to create a shortlist for an Invitation to Tender process when further information will be provided. The SQ will provide further details in terms of the actual selection process for shortlist. In relation to the Invitation to Tender (ITT), the shortlisted supplier list will be furnished with a detailed summary of requirements incorporated into an ITT which will look to evaluate a supplier response to the Technical/Qualitative and Commercial/Quantitative requirements, incorporated into this will be a contractual evaluation structure. The scope of the services to be provided by the Tenderer awarded the Contract will include, but not be limited to, the following: •Placing of additional circuits and replacement of current circuits to ensure that any new technology can be fully delivered and realised. •Delivery of increased bandwidths that will accommodate
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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: 2023/S 000-025162
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Notice reference (year and document number): 2023 - 025162
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=805141015
VI.4) Procedures for review
VI.4.1) Review body
TransPennine Trains Limited
Manchester, 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 review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 28/08/2023
Software Defined Wide Area Network (SDWAN)
UK-Manchester: Wide area network services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Transpennine Trains Limited
Bridgewater House, 58-60 Whitworth Street, Manchester, M1 6LT, United Kingdom
Tel. +44 03456001671, Email: procurement@tpexpress.co.uk
Contact: Procurement Department
Main Address: https://www.tpexpress.co.uk/
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Software Defined Wide Area Network (SDWAN) Reference number: Not Provided
II.1.2) Main CPV code:
72720000 - Wide area network services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: TransPennine’s Software-Defined Wide Area Network (SDWAN) is a pivotal part of our core infrastructure enabling the operation and delivery of some of our most important IT assets and systems across the extensive TPT network in Northern England and Southern Scotland. The SDWAN effectively enables the safe and reliable operation of key customer facing assets such as Ticket Vending Machines (TVMs) and Customer Information Systems (CIS). TransPennine currently has 47 existing circuits in the SDWAN network. TransPennine has 21 locations, and it is anticipated that a small number of these may require additional works to the physical environment to facilitate this core infrastructure upgrade. It is planned that this procurement will include the carrying out of these works to enable installation. To enable this, a separate smaller piece of work to survey TPT’s locations and capture the output requirements from this is currently being completed and will form part of the ITT.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 12/09/2023
VI.6) Original notice reference:
Notice Reference: 2023 - 605145
Notice number in OJ S: 2023/S 000 - 025162
Date of dispatch of the original notice: 28/08/2023
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.1.5
Lot No: Not provided
Place of text to be modified: II.1.5
Instead of: Estimated total value: Value excluding VAT: 410,000
Read: Estimated total value: Value excluding VAT: 1,520,000
VII.1.2) Text to be corrected in original notice No: 2
Section Number: IV.1
Lot No: Not provided
Place of text to be modified: IV.1
Instead of: Description RESTRICTED
Read: Description: NEGOTIATED PROCEDURE WITH A PRIOR CALL FOR COMPETITION
VII.1.2) Text to be corrected in original notice No: 3
Section Number: II.2.7
Lot No: Not provided
Place of text to be modified: II.2.7
Instead of: Duration of the contract, framework agreement or dynamic purchasing system: Duration in months: 24
Read: Duration of the contract, framework agreement or dynamic purchasing system: Duration in months: 36 with possible 12 month extension.
VII.1.2) Text to be corrected in original notice No: 4
Section Number: II.2.5
Lot No: Not provided
Place of text to be modified: II.2.5
Instead of: Award criteria: Criteria below Quality criterion - Name: Quality / Weighting: 60 Quality criterion - Name: Price / Weighting: 40 Cost criterion - Name: Commercial / Weighting: 40
Read: Award criteria: Criteria below Quality criterion - Name: Quality / Weighting: 60 Quality criterion - Name: Price / Weighting: 40
VII.2) Other additional information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Wide-area-network-services./W2875AV8VN
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/W2875AV8VN