web-banner-marketing2

Market Leads & Opportunities

United Kingdom-LONDON: The Provision of replacement CCTV assets for South Western Railway

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-002438/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Type of bid required: Global bid

Periodic indicative notice with call for competition
Supplies
This notice is a call for competition

Section I: Contracting entity
I.1) Name and addresses
Official name: FIRST MTR SOUTH WESTERN TRAINS LIMITED
Postal address: 8th Floor,The Point, 37 North Wharf Road
Town: LONDON
Postal code: W21AF
Country: United Kingdom
Contact Person: Ian Churcher
Telephone: +44 7715758999
Email: ian.churcher@swrailway.com
Internet address(es):
Main address:

I.3)Communication
Access to the procurement documents is restricted.Further information can be obtained at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted
electronically via:
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:
I.6) Main activity:
Railway services

Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: The Provision of replacement CCTV assets for South Western Railway
II.1.2) Main CPV code: 35120000
II.1.3) Type of contract Supplies
II.1.4) Short Description:
South Western Railway have a business plan commitment to undertake a renewal of its video surveillance system (VSS) over a period of three years.
The VSS is installed at all stations where SWR are the station facility owner. In addition to this the SWR has several different stand-alone systems deployed at SWR fleet depot locations and the Isle of Wight.
Excluding fleet depot locations, the current SWR video surveillance system comprises of four distinct systems:
▪ A centralised analogue system with images recorded at Feltham and Wimbledon connected over an analogue fibre network in the London area
▪ A distributed network unsupported analogue Digital Video Recorders and analogue cameras connected by a mix of ADSL and SDSL MPLS VPN circuits.
▪ A distributed network supported digital Network Video Recorders, encoders/decoders and IP cameras connected over a mix of point-to-point ethernet fibre circuits and DSL MPLS circuits.
▪ Stand-alone systems at all Island Line stations and small number of stations on the mainland.
The age of the equipment varies across the estate with some assets being installed some 20 years ago and others being relatively new with a remaining asset life of around 5-10 years. Most systems are principally analogue and use traditional RG59 video cabling with a combination of local and distributed power supplies.
Some newer installations have taken place, notably at within cycle hubs, decked car parks and newer gateline Where systems have been expanded since 2016 all new assets have been digital with some analogue encoded to digital. The newer installations are connected to a supported centrally managed video management system whereas the older installations use stand-alone unsupported software on PCs.
The current Video Surveillance System has wide scale obsolescence (>95%) is life expired and contains systems weaknesses, which does not meet modern standards and requirements.

II.1.6) Information about lots
The contract is divided into lots: no
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 35120000
Supplementary CPV code: FB09

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement :
The works and services will comprise of the following main activities:
• Producing a Telecoms Design
• Producing a Privacy Impact Assessment
• Supply, installation, and commissioning of site equipment
• Supply, installation, and commissioning of centralised video management systems
• Obtaining Network Rail Landlords Consent
• Obtaining Listed Buildings Consent
• Obtaining Station Change
• Programme Management
• Project Management
• Compliance with CDM-2015 requirements
• Compliance with SWR, Network Rail and Railway Group Standards
• Compliance with video surveillance polices and legislation
• Risk Management
II.2.5)Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months:36
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 III: Legal, economic, financial and technical information
III.1) Conditions for participationIII.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
II.1.5) Information about reserved contracts
III.2) Conditions related to the contract

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
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.2.2) Time limit for receipt of applications for an invitation to tender or to negotiate
Time limit for receipt of expressions of interest
Date:2022-03-01 Local time:17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN

Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Official name: Andrew Levy
Postal address: 8th Floor, The Point, 37 North Wharf Road
Town: London
Postal code: W2 1AT
Country: United Kingdom
VI.5) Date of dispatch of this notice:2022-01-27