Type of document: Pre-information procedures
Country: United Kingdom
OJEU Ref: (2018/S 113-257153/EN)
Nature of contract: Service contract
Procedure: Not applicable
Regulation of procurement: EU
Type of bid required: Not applicable
Prior information notice without call for competition
Services
Directive 2014/24/EU
This notice is for prior information only
Section I: Contracting authority
I.1) Name and addresses
Official name: Network Rail Infrastructure Limited
Postal address: 1 Eversholt Street, London
Town: London
Postal code: NW1 2DN
Country: United Kingdom
Contact Person: Patrick Benjuya
Telephone: +44 7515621206
Email: patrick.benjuya@networkrail.co.uk
Internet address(es):
Main address: www.networkrail.co.uk
Additional information can be obtained from:
the above mentioned address
I.4) Type of the contracting authority
Other type: Railway Infrastructure Operator
I.5) Main activity
Other activity: Transport
Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: Traffic Management System (TMS) on the East Coast Main Line (ECML) from London King’s Cross station to Doncaster South
Reference number: ECML/DR/TMS/001
II.1.2) Main CPV code: 48140000
II.1.3) Type of contract: Services
II.1.4) Short Description:
As part of the proposed East Coast Main Line (ECML) Digital programme, it is intended that this project will deliver a Traffic Management System (TMS) from London King’s Cross station to Doncaster South. This is one of currently three main packages envisaged to be procured for the ECML programme; the other two being the implementation of a European Tran Control System (ETCS) system and the award of an RSIP (Railway System Integration Partner) contract or framework.
This proposed procurement will result in a single supplier contract to deliver a Traffic Management System for the ECML Route, subject to funding, the DR national strategy not materially changing and supplier performance.
The procurement will be undertaken through the Bravo NR portal application.
II.1.5) Estimated total value:
Value excluding VAT: 45000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description:
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement
This proposed procurement is for the provision of a Traffic Management System (TMS) solution for the East Coast Main Line for a 10 year period from operation of the live services, (with interfaces to adjacent areas as necessary to function effectively) which will enable the delivery of new or retention of recently introduced control and command systems under other contracts in York ROC. The TM system will be required to interface with a Connected-Driver Advisory System (C-DAS). The TM system will also be required to interface via the LINX protocol to business systems and other TMS deployments for adjacent areas which may be separately procured in a similar timeframe.
The objective of this procurement is to deliver a TMS that will maximise the throughput that the ECML can support, improve service recovery and enhance performance.
The suppliers will be expected to tender against a set of output performance criteria.
It is intended that the TMS solution be procured as Software as a Service (SaaS) using the NR variant of the CCS (Crown Commercial Services) Model Services Contract.
This is intended to be a single supplier contract awarded via the Negotiated procedure.
The proposed payment mechanism will be a service charge (comprised of a fixed element and a variable element based on system performance and achievement of output performance criteria) paid to the successful Supplier for each period the TMS is operational. In practice, this means that it is not intended to pay the successful Supplier until the service is operational, so that any upfront investment will be recovered through the service charge once the service is brought into operational use.
The successful supplier will be required to exhibit the right behaviours to successfully deliver the required outcomes, will need to be collaborative in working with NR and other Suppliers, such as the ETCS and RSIP suppliers, as well as offering a sustainable, value for money.
II.2.5) Award criteria
II.2.14) Additional information: Suppliers will be incentivised to meet the outcomes specified by NR.
II.3) Estimated date of publication of contract notice:2018-08-10
Section IV: Procedure
IV.1) Description
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
Section VI: Complementary information
VI.2) Information about electronic workflows
VI.3) Additional information:
Network Rail propose to hold a supplier briefing event in July 2018 in London (exact date TBC) at which we will be briefing the supplier community with more details on this opportunity.
The details of the date, venue and timings will be published as a Corrigendum to this PIN.
Should you wish to be invited to the briefing event, please respond to this PIN via email indicating your expression of interest to Patrick Benjuya — Programme Procurement Manager (email as detailed above). Expressions of interest should be received no later than 4.7.2018.
VI.5) Date of dispatch of this notice:2018-06-14