Skip to main content.

Rail Safety and Standards Board: 790032088 Pre-Audit Verification and Support (RISQS)

  Rail Safety and Standards Board is using Delta eSourcing to run this tender exercise

Notice Summary
Title: 790032088 Pre-Audit Verification and Support (RISQS)
Notice type: Contract Notice
Authority: Rail Safety and Standards Board
Nature of contract: Services
Procedure: Open
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.
Published: 20/06/2023 16:10

View Full Notice

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


View any Notice Addenda

View Award Notice