UK-London: Software-related services.

UK-London: Software-related services.
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
Main Address: https://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-related-services./22C79PY9U7
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/22C79PY9U7 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: https://www.delta-esourcing.com/tenders/UK-title/22C79PY9U7
I.4) Type of the contracting authority
Other type:: Rail Safety and Standards Board (RSSB)
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 790032088 Pre-Audit Verification and Support (RISQS)
Reference Number: Not provided
II.1.2) Main CPV Code:
72260000 - Software-related services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The project must provide Buyer and Supplier support services including Registering and pre auditing Suppliers by verification of submitted questions sets and predetermining audit requirement and scopes where appropriate. Suppliers can become members of RISQS which offers buyers the ability to search for pre-qualified suppliers in the rail industry.
II.1.5) Estimated total value:
Value excluding VAT: 2,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
48000000 - Software package and information systems.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The project must provide Buyer and Supplier support services including Registering and pre auditing Suppliers by verification of submitted questions sets and predetermining audit requirement and scopes where appropriate. Suppliers can become members of RISQS which offers buyers the ability to search for pre-qualified suppliers in the rail.
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: RSSB intends to award a single Contract to a single entity for a three (3) year term, with two optional extensions of one (1) years each.

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/22C79PY9U7


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:
As detailed within the Schedule of requirements.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
As detailed within the Schedule of requirements.
Minimum level(s) of standards possibly required (if applicable) :
As detailed within the Schedule of requirements.
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
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: 20/07/2023 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: 21/07/2023
Time: 09:00
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://rssb.delta-esourcing.com/tenders/UK-UK-London:-Software-related-services./22C79PY9U7

To respond to this opportunity, please click here:
https://rssb.delta-esourcing.com/respond/22C79PY9U7
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:
Rail Safety and Standards Board (RSSB)
The Helicon,, 1 South Pl,, London, EC2M 2RB, United Kingdom
Tel. +44 2031425651
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 (RSSB)
The Helicon,, 1 South Pl,, London, EC2M 2RB, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 20/06/2023

Annex A