Simple keyword search and advanced search
close
or

Sydney Trains & NSW Trains / Provision of Goods & Services for Provider Access (PA) switch replacement program - WS4278257944

RFT ID WS4278257944
RFT Type Request for Proposals
Published 22-May-2024
Closes 12-Jun-2024 2:00pm
Category Telecommunications
Agency Sydney Trains


Contact Person
Procurement Support Services
Phone: 133 877
tss.procurement@transport.nsw.gov.au

Tender Details

Sydney Trains is seeking responses to procure Provider Access (PA) switches, hardware maintenance services and configuration services over the span of 4 financial years.

Sydney Trains’ needs this procurement activity aims to meet have been summarized below:

Goods - Provision of PA switches (two different types/profiles) to ensure Operational Critical Data Network’s (OCDN) continuity. A PA switch must include all necessary ancillary goods (power cords, cables, etc) and supplementary firmware for the PA switch to be able to perform its function.

Services - Hardware maintenance services, mandatory trainings, and firmware configuration services. In addition to this, the shortlisted PA switch would require undergoing a quality assurance test to determine PA switch’s operational feasibility.

Optional services - Integration services to assist with installation of PA switches for few initial sites.

This service is optional and would be determined by Sydney Trains upon the conclusion of the evaluation phase. If integration services are required, the successful contractor will also be required to provide step by step manual to assist with future integrations and installations.

Location

NSW Regions: Far North Coast, Mid North Coast, New England, Central Coast, Hunter, Cumberland/Prospect, Nepean, Northern Sydney, Inner West, South East Sydney, South West Sydney, Central West, Orana/Far West, Riverina/Murray, Illawarra, Southern Highlands

RFT Type

Request for Proposals - An invitation for expressions of interest / seeking preliminary proposals. In many cases these may be used as a basis for shortlisting tenderers, along with other criteria such as expertise and experience. Prospective tenderers are initially evaluated for their proposal against the relevant selection criteria. A number of those who best meet the criteria are invited to tender. For complex or some other types of procurement, where the product or service outcomes are highly dependent on the content of the proposals received from Tenderers, the outcome may be negotiated.

This tender opportunity is not expected to lead to the award of a contract, or the award details will be advertised elsewhere. Please telephone or email the contact officer for details


Additional Details / Instructions

Upon the conclusion of the evaluation phase, Sydney Trains will issue a test acceptance plan that the shortlisted PA switch will need to comply with to validate operational feasibility.

In order to gain access to the Request for Tender documents, Tenderers are required to register their interest by sending an email to tss.bidder@transport.nsw.gov.au and include the following information:

1) Tender No and Title, 2) RFT  ID , 3) Organisation Name, 4) ACN/ ABN, 5) Contact Name, 6) Organisation/Contact Postal Address, 7) Contact Email Address (preferably an email address with the contact person's name), 8) Contact Phone number  

To gain access to the tender documents in Ariba over the internet once access is provided, please ensure that you are using PC with web browser:

• Google Chrome 54+ (64 –bit)

• Microsoft Internet Explorer 7-11(32-bit)

• Mozilla Firefox 24 or 27(ESR)

• Safari 9+ (64-bit)

• Microsoft Edge (32-bit)

Address for Lodgement

All tender responses must be submitted strictly via Ariba platform only.

Conditions for Participation

• Tenderers must be registered or be willing to be register as a pre-qualified member on the ICT services scheme (SCM0020).

• Tenderers must meet security requirements for Critical Infrastructure     and Stakeholders security requirements as per SOCI     Act, 2018.

• Tenderers must comply with Part 14 of the Telecommunications Act       1997 also known as the Telecommunication Sector        Security Reforms(TSSR).

• The supplier must comply or be willing to comply with the below levels of mandatory insurances:

• $20M Product & Public Liability Insurance

• Motor Vehicle Insurance

• Workers Compensation Insurance

Estimated Timeframe for Delivery

Forecasted to be delivered over 4 financial years


Multi Agency Access

No