Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
London North Eastern Railway Ltd
East Coast House, 25 Skeldergate
York
YO1 6DH
UK
Contact person: Anke Tymens
E-mail: anke.tymens@lner.co.uk
NUTS: UK
Internet address(es)
Main address: www.lner.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/Account
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account
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://supplierlive.proactisp2p.com/Account
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Stock and Crew Rail Operation Management System
Reference number: RFX REQ1000015
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
RFX REQ1000015 — Stock and Crew Rail Operation Management System
This tender presents two lots which captures the need for an integrated system which should work seamlessly.
Tenderers may submit a bid for one or both lots of the tender. In the event that the two lots are awarded to different bidders the expectation is that the successful bidders work together to deliver a fully integrated solution.
• Lot 1 Stock and Crew Planning System;
• Lot 2 Rostering Planning System.
II.1.5) Estimated total value
Value excluding VAT:
4 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Tenderers may submit a bid for one or both lots of the tender. In the event that the two lots are awarded to different bidders the expectation is that the successful bidders work together to deliver a fully integrated solution.
• Lot 1 Stock and Crew Planning System;
• Lot 2 Rostering Planning System.
II.2) Description
Lot No: 1
II.2.1) Title
Stock and Crew Planning System
II.2.2) Additional CPV code(s)
48100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This tender presents two lots which captures the need for an integrated system which should work seamlessly.
Tenderers may submit a bid for one or both lots of the tender. In the event that the two lots are awarded to different bidders the expectation is that the successful bidders work together to deliver a fully integrated solution.
• Lot 1 Stock and Crew Planning System;
• Lot 2 Rostering Planning System.
It is a key priority to provide our teams with real-time, relevant and useful information, so that they can confidently assist our customers. In turn, this will improve the overall customer experience.
The systems should also provide improved information to our staff providing them with up to date and accurate information about their working arrangements supporting flexibility and new ways of working. The ability to integrate with payroll should speed up processing of salaries. Together this should improve staff engagement and well-being.
Our vision is to make LNER become the industry leading TOC in delivering a true forward focused 21st century railway for the UK.
Our goal is to introduce a game changing solution which will efficiently accommodate current operational needs and interface with planned future changes to UK rail operations during CP6 — specifically future timetable enhancements and ERTMS (Traffic Management and European Train Control System).
Our objective is to reach out and discover a market partner to help us to introduce a smart, efficient planning and automated resource delivery solution that:
• ensures the appropriate resource is in place to deliver a reliable service for the customers;
• delivers a cost effective, future proof, robust and fit for purpose solution with mobile capability;
• delivers efficient, consistent and clear information to the right people at the right time;
• improves operating efficiency and encourages smarter working.
In addition, the company is looking for (a)supplier(s) that will make a difference; with a proactive approach to the provision of services and will provoke fresh ideas. The supplier(s) will want to work with LNER to support the company vision ‘Consistently deliver great experiences for our colleagues, our customers and our communities’. We are looking for suppliers to provide a superior innovative solution with the potential to evolve over the life of the contract and beyond.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Lot No: 2
II.2.1) Title
Rostering Planning System
II.2.2) Additional CPV code(s)
48100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This tender presents two lots which captures the need for an integrated system which should work seamlessly.
Tenderers may submit a bid for one or both lots of the tender. In the event that the two lots are awarded to different bidders the expectation is that the successful bidders work together to deliver a fully integrated solution.
• Lot 1 Stock and Crew Planning System;
• Lot 2 Rostering Planning System.
It is a key priority to provide our teams with real-time, relevant and useful information, so that they can confidently assist our customers. In turn, this will improve the overall customer experience.
The systems should also provide improved information to our staff providing them with up to date and accurate information about their working arrangements supporting flexibility and new ways of working. The ability to integrate with payroll should speed up processing of salaries. Together this should improve staff engagement and well-being.
Our vision is to make LNER become the industry leading TOC in delivering a true forward focused 21st century railway for the UK.
Our goal is to introduce a game changing solution which will efficiently accommodate current operational needs and interface with planned future changes to UK rail operations during CP6 — specifically future timetable enhancements and ERTMS (Traffic Management and European Train Control System).
Our objective is to reach out and discover a market partner to help us to introduce a smart, efficient planning and automated resource delivery solution that:
• ensures the appropriate resource is in place to deliver a reliable service for the customers;
• delivers a cost effective, future proof, robust and fit for purpose solution with mobile capability;
• delivers efficient, consistent and clear information to the right people at the right time;
• improves operating efficiency and encourages smarter working.
In addition, the company is looking for (a) supplier(s) that will make a difference; with a proactive approach to the provision of services and will provoke fresh ideas. The supplier(s) will want to work with LNER to support the company vision ‘Consistently deliver great experiences for our colleagues, our customers and our communities’. We are looking for suppliers to provide a superior innovative solution with the potential to evolve over the life of the contract and beyond.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.8) Information about 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:
2019/S 242-595860
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/12/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
20/01/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
London North Eastern Railway
York
UK
VI.5) Date of dispatch of this notice
19/11/2020