Ausschreibungen u. Aufträge: DV-System zur Unterstützung der Entscheidungsfindung - UK-Derby
Software.
Dokument Nr...................: 150352-2004
Veröffentlicht................: 08.09.2004
*
AUFTRAGSBEKANNTMACHUNG - SEKTOREN
Lieferauftrag
I.1) Offizieller Name und Anschrift des Auftraggebers: Midland Mainline
Limited, Att: Neil Lancaster, Midland House, Nelson Street, UK-Derby DE1
2SA. Tel.: 01332 262875. Fax: 01332 2623009. E-mail:
neil.lancaster@maintrain.co.uk.
II.1.8.1) Gemeinsames Vokabular für öffentliche Aufträge (CPV): 30240000.
Beschreibung: Software.
IV.3.3) Schlusstermin für den Eingang der Angebote oder der
Teilnahmeanträge: 37 Tage nach Versendung der Bekanntmachung.
IV.3.5) Sprache oder Sprachen, die für die Angebotslegung oder
Teilnahmeanträge verwendet werden können: Englisch.
OT: CONTRACT NOTICE - UTILITIES
Supplies
SECTION I: CONTRACTING ENTITY
I.1) Official name and address of the contracting entity: Midland
Mainline Limited, Att: Neil Lancaster, Midland House, Nelson Street,
UK-Derby DE1 2SA. Tel.: 01332 262875. Fax: 01332 2623009. E-mail:
neil.lancaster@maintrain.co.uk.
I.2) Address from which further information can be obtained: As in I.1.
I.3) Address from which documentation may be obtained: As in I.1.
I.4) Address to which tenders/requests to participate must be sent: As
in I.1.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.2) Type of supplies contract: A combination of these(purchase,
rent, lease, hire-purchase).
II.1.4) Framework agreement: No.
II.1.5) Title attributed to the contract by the contracting entity:
Supply, install and maintain a Decision Support System for the purpose of
Rail Passenger Revenue Management within Midland Mainline Ltd.
II.1.6) Description/object of the contract: To supply, install and
maintain a Decision Support System, for the use of Midland Mainline Ltd.
The system must make use of the enhanced Yield Management capabilities of
the new National Reservations Service, in combination with advanced
forecasting and predictive software to enable maximisation of passenger
revenue and efficient use of train service capacity. The system will draw
upon historic and future reservation records together with historic
counts of passengers on train. The system must be hosted and maintained
by the supplier under agreed service levels to meet all operational needs
and company requirements.
II.1.7) Site or location of works, place of delivery or performance:
NUTS code: UK311.
II.1.8) Nomenclature
II.1.8.1) Common Procurement Vocabulary (CPV): 30240000.
II.1.9) Division into lots: Yes.
Tenders may be submitted for: All lots.
One lot.
II.1.10) Will variants be accepted: Yes.
II.1.11) Derogation from the use of European specifications: No.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope: The contract may be awarded to one lead
contractor who will supply all requirements (including the use of
subcontractors if required) by a consortium or contracts may be awarded
to several contractors.
II.3) Duration of the contract or time period for execution: 36 months
from the award of the contract.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required: Details to be contained in
the invitation to tender documents.
III.1.2) Main terms of financing and payment and/or reference to the
provisions in which these are contained: Details to be contained in the
invitation to tender documents.
III.1.3) Legal form to be taken by the grouping of suppliers,
contractors or service providers to whom the contract is awarded: Joint
and several liability.
III.2) Conditions for participation
III.2.1) Information concerning the personal situation of the
contractor, supplier or service provider and information and formalities
necessary for the evaluation of the minimum capacity required: Proven
experience in the supply of similar services, including:
a list of all major contracts won in the last three years and their value;
a demonstration of previous knowledge and experience of working with the
rail industry;
a demonstration of previous experience of supplying this type of system
software and hardware and services to a company of a similar demographic
nature;
a demonstration that the system can interface with other systems;
a description of measures ensuring quality control including reference to
any independent certification achieved;
a brief history of the organisation;
details of company size, management structure and organization;
details of indemnity and third party insurance;
provision of two references (these may be taken up by Midland Mainline
Ltd);
subcontracting policy is to be provided. Midland Mainline Ltd reserves
the right to approve subcontractors prior to contract award.
Clear and documented identification of roles and responsibilities in the
event of a combined proposal by more than one company.
Failure to provide any of the aforementioned information may invalidate
an applicant"s prequalification.
III.2.1.1) Legal position - means of proof required: All supply and
provision of the services shall be provided in accordance with all
applicable UK.
Legislation, including be not limited to railway safety case(s) and
railway group standards published by RSSB.
III.2.1.2) Economic and financial capacity - means of proof required: A
bankers reference and audited accounts for the past 3 financial years.
III.2.1.3) Technical capacity - means of proof required: Relevant
quality and environmental qualifications e.g. ISO 9000 and ISO 14001.
III.2.1.4) Other information: Details of any arbitration of litigation
or disputes arising over the past 5 years, including amounts claimed and
if applicable, amounts awarded or paid in settlement.
III.3) Conditions specific to services contracts
III.3.1) Provision of the service is reserved to a specific profession:
No.
III.3.2) Legal entities required to state the names and professional
qualifications of the personnel responsible for execution of the
contract: No.
SECTION IV: PROCEDURE
IV.1) Type of procedure: Negotiated.
IV.1.2) Number of firms which will be invited to tender: Minimum: 3 -
Maximum: 10.
IV.2) Award criteria: The most economically advantageous tender in terms
of:
Criteria as stated below:
1: price;
2: quality and performance and conformance with requested standards;
3: ability to develop partnerships;
4: after sales service levels;
5: management arrangement;
6: timing of implementation;
7: previous experience in providing decision support systems;
8: the ability to supply a completely hosted service with full software
and systems support.
In descending order of priority: No.
IV.3) Administrative information
IV.3.3) Deadline for receipt of tenders or participation requests: 37
days from dispatch of notice.
IV.3.4) Dispatch of invitations to tender to selected candidates:
Scheduled date: 22.10.2004.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: English.
SECTION VI: OTHER INFORMATION
VI.3) The contract relates to a project/programme financed by EU funds:
No.
VI.4) Additional information: Following response to this notice and the
qualification criteria, which are outlined, and invitation to tender
document will be issued notwithstanding the existence of the Link Up
Supply Chain Services Limited"s railway industry supplier qualification
scheme, tenderers will be selected on the basis of responses to this
notice. Any applicant whose request to participate does not comply with
all the requirements set out in this notice may be excluded from the
competition. The date of the dispatch of the ITT is currently our best
estimate but could be subject to change.
VI.5) Date of dispatch of this notice: 1.9.2004.
--------------------------------------------------------------------------------
Database Operation & Alert Service (icc-hofmann) for:
The Office for Official Publications of the European Communities
The Federal Office of Foreign Trade Information
Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de