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, Addresses and Contact Point(s):
Rail Safety and Standards Board (RSSB)
The Helicon, 1 South Place, London, EC2M 2RB, United Kingdom
Tel. +44 2031425351, Email: hazel.fernandes@rssb.co.uk
Main Address: https://www.rssb.co.uk/standards/rssb-rule-book-app, Address of the buyer profile: www.rssb.co.uk
NUTS Code: UKI

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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Other activity: Railway safety, standards and research

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Digital Rulebook App
Reference number: 697554661

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: The Rule Book App was launched to the industry as a purchasable product in 2018, whereby an organisation purchases a block of user licenses that can be redeemed by any user based on a valid organisation domain email or manually assigned. The Rule Book App leveraged RSSB’s single source component content management system for the creation of standards and rule book content within DITA XML, allowing for content to be published and personalised across multiple formats and devices. Prior to this, the Rule Book was only available in paper or PDF format published to RSSB’s website and created within desktop publishing tools i.e., Quark. The Rule Book App ensures the Rule Book and the instructions within it in are kept up to date and all workers are given easy access via their mobile device. The objective of this work is to ensure continuity of service for the significant portion of RSSB’s members and staff that rely on the Rule Book App as their primary source for rules information.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 455,220.5

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: Rail Safety and Standards Board (RSSB) intends to procure a contract for the Digital Rulebook App. The Rule Book App was launched to the industry as a purchasable product in 2018, whereby an organisation purchases a block of user licenses that can be redeemed by any user based on a valid organisation domain email or manually assigned. The Rule Book App leveraged RSSB’s single source component content management system for the creation of standards and rule book content within DITA XML, allowing for content to be published and personalised across multiple formats and devices. Prior to this, the Rule Book was only available in paper or PDF format published to RSSB’s website and created within desktop publishing tools i.e., Quark. The Rule Book App ensures the Rule Book and the instructions within it in are kept up to date and all workers are given easy access via their mobile device. The objective of this work is to ensure continuity of service for the significant portion of RSSB’s members and staff that rely on the Rule Book App as their primary source for rules information. It's envisaged that the contract term shall be 5 years with an option to extend based on supplier performance.

II.2.5) Award criteria:
Quality criterion - Name: Understanding of specification and the business objectives / Weighting: 8
Quality criterion - Name: Presentation / Weighting: 4
Quality criterion - Name: Analytics of user viewed content / Weighting: 4
Quality criterion - Name: Safety critical information protected against cyber-attacks / Weighting: 5
Quality criterion - Name: Strong server and service resilience / Weighting: 5
Quality criterion - Name: Battery efficient solution / Weighting: 3
Quality criterion - Name: Automated error reporting / Weighting: 2
Quality criterion - Name: Implementation / integrating with our single sign-on solutions / Weighting: 3
Quality criterion - Name: Search content / Weighting: 3
Quality criterion - Name: Knowledge of techniques and practices defined within ISO 27001 / Weighting: 5
Quality criterion - Name: Performance optimisation and stability / Weighting: 5
Quality criterion - Name: Testing / Weighting: 5
Quality criterion - Name: Delivery Plan / Weighting: 8
Quality criterion - Name: Added value / Weighting: 2
Quality criterion - Name: Tenderers must demonstrate their staff have the required capabilities / Weighting: 5

Cost criterion - Name: Firm Price / Weighting: 32


II.2.11) Information about options
Options: Yes
Description of these options:Extension periods: The contract is subject to renewal on the supplier's performance during the contract and has an option to extend for a 12-month terms up to a maximum of 36 months.

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: Open


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: 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: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2022/S 000-035554



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: 697554661
Lot Number: Not Provided
Title: Digital Rulebook App

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 08/08/2023

V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Mekon Limited, 02545311
Mekon House, 31 - 35 St. Nicholas Way, Surrey, Sutton, SM1 1JN, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 455,220.5
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://rssb.delta-esourcing.com/delta/viewNotice.html?noticeId=801226899

VI.4) Procedures for review

VI.4.1) Review body
RSSB
London, United Kingdom

VI.4.2) Body responsible for mediation procedures
RSSB
1 South Place, London, EC2M 2RB, 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 review procedure may be obtained
RSSB
1 South Place, London, EC2M 2RB, United Kingdom

VI.5) Date of dispatch of this notice: 09/08/2023