Notice Information
Notice Title
Health & Safety Passport System
Notice Description
OVERVIEW: Network Rail Infrastructure Limited (NR), Transport for London (TfL) and High Speed Two Ltd (HS2) (Contracting Entities jointly known as the "Contracting Authority") are putting in place a pan transport collaborative contract for themselves and other entities as identified in the Additional Information Section below (and any future successors to these organisations). The procurement scope covers activities required in the development, integration, operation and service management of an industry Health & Safety Passport System to facilitate and continually improve use of real time competence of occupational health data from multiple sources to inform operational decision-making in a safety critical environment, including but not limited to controlling access or granting authority to work. The solution is expected to be continually developed, by the successful Tenderer. As per Schedule 2.1 'Services Description' of the draft Contract in the Procurement Documents associated with this notice, the provision of an industry Health & Safety Passport System will include the following services: (a) the Implementation Services; (b) the System Integration Services; (c) the Operational Services; (d) the System Maintenance Services, and (e) the System Invoicing Services CONTRACT TERM: The contract will be for a total of up to 120 months. The initial term of the contract will be 60 months plus a further option to extend through any number of extensions up to a total duration, including the initial term, of 120 months. Please note: HS2 can only commit to the first 60 months at the time of this notice. Subject to further validation by HS2 of value for money in preparation for the end of the initial term HS2 may choose to remain a Contracting Entity or may choose to let an alternative contract opportunity at that time. CONTRACT VALUE: PS32M (GBP) This includes the overall estimation for NR and TfL to extend up to a total 10 years and HS2 for the 5 years initial term. Please note HS2 may wish to extend to a 10 years term subject to the above, in which case an additional appropriate value will prevail. In accordance with regulation 88 of the Utilities Contract Regulations 2016 'Modification of contracts during their term' the value stated above is subject to change through the following permitted modifications: 1. Increased cost of services due to system development and introduction of new functionality within the scope stated of this Notice; 2. Increasing user base of system associated with the Contracting Entities; 3. Additional demand generated by more Contracting Entities choosing to use the system and receive the services in accordance with this Notice. Additional information: CONTRACTING AUTHORITIES The Contracting authority wishes to establish a Contract for use by the following entities (and any future successors to these organisations). The Contract will be awarded and let under the Utilities Contracts Regulations 2016. The following entities and any of their successors, are permitted to use this Contract: - High Speed 2 (HS2) Ltd; - Transport for London; - Network Rail Infrastructure Ltd. Other parties who may join over the term of the Contract include but not limited to: - Highways England; - Department for Transport; - Directly Operated Railways Ltd; - Any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character; and (i) financed wholly or mainly by another entity listed above in this Notice; (ii) subject to management supervision by another entity listed above in this Notice; or (iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another entity listed above in this Notice; (iv) an association of or formed by one or more of the Contracting Entity listed above in this Notice. - Private Sector Entities may also use the Contract if the Contracting Entity is satisfied that: a) such entity is receiving services directly, solely and exclusively in order to satisfy contractual obligations to 1 or more contract entity, all of which are entitled to use the Contract on their own account; and b) it will pass the benefit of the Contract to such contract entity (-ies) directly, in full and on a purely 'pass-through' basis. Accordingly there must be no mark-up, management fee, service charge or any similar cost solely in relation to the services imposed on the relevant contract entity (-ies) who must be able to benefit from the terms of the Contract in a like manner and to the same extent as if using the Contract on its/their own account.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-a6cc7b72-b499-4301-88d6-937e1a602241
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/f959bfda-6d19-474f-bfcc-69d12f7bbb28
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Other - Negotiated procedure with prior call for competition
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
48 - Software package and information systems
51 - Installation services (except software)
72 - IT services: consulting, software development, Internet and support
80 - Education and training services
-
- CPV Codes
30162000 - Smart cards
30210000 - Data-processing machines (hardware)
39235000 - Tokens
48000000 - Software package and information systems
51000000 - Installation services (except software)
72000000 - IT services: consulting, software development, Internet and support
80511000 - Staff training services
Notice Value(s)
- Tender Value
- £32,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Jan 20188 years ago
- Submission Deadline
- 31 Jan 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 20 Aug 2018 - 20 Aug 2028 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HIGH SPEED TWO (HS2) LIMITED
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- NW1 2DN
- Post Town
- North West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI36 Camden
- Delivery Location
- Not specified
-
- Local Authority
- Camden
- Electoral Ward
- Regent's Park
- Westminster Constituency
- Holborn and St Pancras
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/f959bfda-6d19-474f-bfcc-69d12f7bbb28
2nd January 2018 - Opportunity notice on Contracts Finder -
https://networkrail.bravosolution.co.uk/web/login.html
The procurement documents to bid for this opportunity are available for unrestricted and full direct access, free of charge, at: -
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-a6cc7b72-b499-4301-88d6-937e1a602241-2018-01-02T23:16:19Z",
"date": "2018-01-02T23:16:19Z",
"ocid": "ocds-b5fd17-a6cc7b72-b499-4301-88d6-937e1a602241",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "1859",
"title": "Health & Safety Passport System",
"description": "OVERVIEW: Network Rail Infrastructure Limited (NR), Transport for London (TfL) and High Speed Two Ltd (HS2) (Contracting Entities jointly known as the \"Contracting Authority\") are putting in place a pan transport collaborative contract for themselves and other entities as identified in the Additional Information Section below (and any future successors to these organisations). The procurement scope covers activities required in the development, integration, operation and service management of an industry Health & Safety Passport System to facilitate and continually improve use of real time competence of occupational health data from multiple sources to inform operational decision-making in a safety critical environment, including but not limited to controlling access or granting authority to work. The solution is expected to be continually developed, by the successful Tenderer. As per Schedule 2.1 'Services Description' of the draft Contract in the Procurement Documents associated with this notice, the provision of an industry Health & Safety Passport System will include the following services: (a) the Implementation Services; (b) the System Integration Services; (c) the Operational Services; (d) the System Maintenance Services, and (e) the System Invoicing Services CONTRACT TERM: The contract will be for a total of up to 120 months. The initial term of the contract will be 60 months plus a further option to extend through any number of extensions up to a total duration, including the initial term, of 120 months. Please note: HS2 can only commit to the first 60 months at the time of this notice. Subject to further validation by HS2 of value for money in preparation for the end of the initial term HS2 may choose to remain a Contracting Entity or may choose to let an alternative contract opportunity at that time. CONTRACT VALUE: PS32M (GBP) This includes the overall estimation for NR and TfL to extend up to a total 10 years and HS2 for the 5 years initial term. Please note HS2 may wish to extend to a 10 years term subject to the above, in which case an additional appropriate value will prevail. In accordance with regulation 88 of the Utilities Contract Regulations 2016 'Modification of contracts during their term' the value stated above is subject to change through the following permitted modifications: 1. Increased cost of services due to system development and introduction of new functionality within the scope stated of this Notice; 2. Increasing user base of system associated with the Contracting Entities; 3. Additional demand generated by more Contracting Entities choosing to use the system and receive the services in accordance with this Notice. Additional information: CONTRACTING AUTHORITIES The Contracting authority wishes to establish a Contract for use by the following entities (and any future successors to these organisations). The Contract will be awarded and let under the Utilities Contracts Regulations 2016. The following entities and any of their successors, are permitted to use this Contract: - High Speed 2 (HS2) Ltd; - Transport for London; - Network Rail Infrastructure Ltd. Other parties who may join over the term of the Contract include but not limited to: - Highways England; - Department for Transport; - Directly Operated Railways Ltd; - Any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character; and (i) financed wholly or mainly by another entity listed above in this Notice; (ii) subject to management supervision by another entity listed above in this Notice; or (iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another entity listed above in this Notice; (iv) an association of or formed by one or more of the Contracting Entity listed above in this Notice. - Private Sector Entities may also use the Contract if the Contracting Entity is satisfied that: a) such entity is receiving services directly, solely and exclusively in order to satisfy contractual obligations to 1 or more contract entity, all of which are entitled to use the Contract on their own account; and b) it will pass the benefit of the Contract to such contract entity (-ies) directly, in full and on a purely 'pass-through' basis. Accordingly there must be no mark-up, management fee, service charge or any similar cost solely in relation to the services imposed on the relevant contract entity (-ies) who must be able to benefit from the terms of the Contract in a like manner and to the same extent as if using the Contract on its/their own account.",
"datePublished": "2018-01-02T23:16:19Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "30162000",
"description": "Smart cards"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30210000",
"description": "Data-processing machines (hardware)"
},
{
"scheme": "CPV",
"id": "39235000",
"description": "Tokens"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "80511000",
"description": "Staff training services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 32000000,
"currency": "GBP"
},
"procurementMethodDetails": "Other - Negotiated procedure with prior call for competition",
"tenderPeriod": {
"endDate": "2018-01-31T23:59:59Z"
},
"contractPeriod": {
"startDate": "2018-08-21T00:00:00+01:00",
"endDate": "2028-08-20T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/f959bfda-6d19-474f-bfcc-69d12f7bbb28",
"datePublished": "2018-01-02T23:16:19Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "biddingDocuments",
"description": "The procurement documents to bid for this opportunity are available for unrestricted and full direct access, free of charge, at:",
"url": "https://networkrail.bravosolution.co.uk/web/login.html"
},
{
"id": "3",
"documentType": "contractNotice",
"description": "OJEU Contract Notice",
"url": "http://ted.europa.eu/udl?uri=TED:NOTICE:521040-2017:TEXT:EN:HTML&src=0"
}
]
},
"parties": [
{
"id": "GB-GOR-PB460",
"name": "HIGH SPEED TWO (HS2) LIMITED",
"identifier": {
"legalName": "HIGH SPEED TWO (HS2) LIMITED",
"scheme": "GB-GOR",
"id": "PB460"
},
"address": {
"streetAddress": "1 Eversholt Street",
"locality": "London",
"postalCode": "NW1 2DN",
"countryName": "England"
},
"contactPoint": {
"name": "Network Rail Infrastructure Ltd",
"email": "Shirley.Hurley@networkrail.co.uk",
"telephone": "+44 7889737236"
},
"details": {
"url": "https://www.networkrail.co.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-GOR-PB460",
"name": "HIGH SPEED TWO (HS2) LIMITED"
}
}