UK-London: Software package and information systems.

UK-London: Software package and information systems.
Section I: Contracting Authority
I.1) Name and addresses
Rail Safety and Standards Board (RSSB)
The Helicon, 1 South Place, London, EC2M 2RB, United Kingdom
Tel. +44 2031425351, Email: procurement@rssb.co.uk
Contact: Procurement Team
Main Address: 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://www.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./8R65C3D297
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
Public order and safety

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 772165746 2021- MIS-002 Platform and Verification services – Qualification Management System
Reference Number: 772165746 2021- MIS-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: 3,600,000
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:
UK UNITED KINGDOM

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: 3,600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 65
This contract is subject to renewal: Yes
Description of renewals: RSSB shall have the option to extend, for one (1) period of twelve (12) 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: To respond to this opportunity please click here: https://rssb.delta-esourcing.com/respond/8R65C3D297


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
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
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
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 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: 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: 03/05/2023 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: 04/05/2023
Time: 12:00
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://rssb.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./8R65C3D297

To respond to this opportunity, please click here:
https://rssb.delta-esourcing.com/respond/8R65C3D297
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
Strand,, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
Strand,, London, WC2A 2LL, United Kingdom
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:
Rail Safety and Standards Board
The Helicon, 1 South Pl,, London, EC2M 2RB, United Kingdom
Tel. +44 2031425651
VI.5) Date Of Dispatch Of This Notice: 29/03/2023

Annex A