UK-London: IT services: consulting, software development, Internet and support.

UK-London: IT services: consulting, software development, Internet and support.
Section I: Contracting Authority
I.1) Name and addresses
Rail Safety and Standards Board (RSSB), 04655675
The Helicon, 1 South Place, London, EC2M 2RB, United Kingdom
Tel. +44 2031425351, Email: hazel.fernandes@rssb.co.uk
Contact: Hazel Fernandes
Main Address: www.rssb.co.uk, Address of the buyer profile: www.rssb.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://rssb.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://rssb.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: IT Consultancy Services Framework
Reference Number: 673826195
II.1.2) Main CPV Code:
72000000 - IT services: consulting, software development, Internet and support.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Rail Safety and Standards (RSSB) seeks to procure the best expertise available within the marketplace that offer specialist technical IT Consultancy services. Our IT programme and projects require general and specialist technical consultancy support. RSSB recognises that it cannot entirely internally satisfy its future demand for suitably experienced specialist and professionally qualified experts and as a result is seeking to procure these through the IT Consultancy Framework. Potential providers are hereby invited to tender for these Services.
II.1.5) Estimated total value:
Value excluding VAT: 6,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Data Science and Visualisation
Lot No: 1
II.2.2) Additional CPV codes:
72000000 - IT services: consulting, software development, Internet and support.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Data Scientist
The exact data science skills and expertise required will be project dependant, but in general we will require machine learning, machine vision and natural language processing expertise.
Data Visualisation and Data Engineer
The Azure and data handling skills and expertise required will be project dependant, and will include understanding and challenging business requirements; designing end-to-end technical solutions to data engineering problems; building data pipelines and simple APIs to load data into the RSSB reporting platform; and developing scripts. It will also involve generating ETL processes and data warehouse models to stage, transform and combine data; and enable reporting, data integration and decisions support tools.
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: 2,000,000
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 duration may be extended in respect of some or all Suppliers by up to a further 12 months, subject to a review of Suppliers’ performance and RSSB’s requirements.

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
II.2) Description Lot No. 2

II.2.1) Title: Product and Capability Development
Lot No: 2
II.2.2) Additional CPV codes:
72000000 - IT services: consulting, software development, Internet and support.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Lot 2a - Sitecore and .net - The .net and Sitecore skills and expertise required will be for specific projects and maintenance of applications.
Lot 2b - Dynamics - The dynamics skills and expertise required would be the ability to implement and extend dynamics D365 within a business environment, advising on best practices to ensure its features are utilised to the fullest. The responsibilities will be throughout the product lifecycle from discovery, development, testing, and deployment.
Lot 2c - Testing - The testing skills and expertise required would be the ability to lead the testing of business systems across the business. The responsibilities can be over the whole test lifecycle including defining the test strategy and plan along with carry out the testing and presenting the results.
Lot 2d – User Experience and User Interaction - The UX and UI required will be for specific projects. We will be looking at working in an iterative way to do visual design that is through the understanding of users and business goals, prototypes to test hypotheses and delivering final designs for the development teams. This could be for just the front end of the application through to a full-service design.
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: 2,000,000
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 duration may be extended in respect of some or all Suppliers by up to a further 12 months, subject to a review of Suppliers’ performance and RSSB’s requirements.

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
II.2) Description Lot No. 3

II.2.1) Title: IT Infrastructure
Lot No: 3
II.2.2) Additional CPV codes:
72000000 - IT services: consulting, software development, Internet and support.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The IT Infrastructure skills and expertise required will be support or project dependant:
Lot 3a - Infrastructure Support - Provision of skilled technical expertise on Service Level Agreement (SLA) basis covering different priority incidents to assist RSSB technical resources in the event of an incident to restore, recover, rebuild a technical service impacting the services as per requirements.
Lot 3b - Infrastructure Security Support - Provision of skilled technical expertise on SLA basis covering different priority incidents to assist RSSB security and technical resources in the event of a disaster recovery incident or to restore/ recover in the event of a security incident of Severity CVE 7.0 and above.
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: 2,000,000
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 duration may be extended in respect of some or all Suppliers by up to a further 12 months, subject to a review of Suppliers’ performance and RSSB’s requirements.

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:
Please refer to tender 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
Please refer to tender 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 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: 05/08/2022 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): 6

IV.2.7) Conditions for opening of tenders:
Date: 05/08/2022
Time: 12:30
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 Yes
Electronic payment will be used Yes
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://rssb.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./X5MFG7Q4V8

To respond to this opportunity, please click here:
https://rssb.delta-esourcing.com/respond/X5MFG7Q4V8
VI.4) Procedures for review
VI.4.1) Review body:
Rail Safety and Standards Board
The Helicon, 1 South Place, London, EC2M 2RB, United Kingdom
Tel. +44 2031425351
VI.4.2) Body responsible for mediation procedures:
RSSB
1 South Place, London, EC2M 2RB, United Kingdom
Tel. +44 2031425351
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:
RSSB
1 South Place, London, EC2M 2RB, United Kingdom
Tel. +44 2031425351
VI.5) Date Of Dispatch Of This Notice: 06/07/2022

Annex A