Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Transport for Wales
3 Llys Cadwyn, Taff Street
Pontypridd
CF37 4TH
UK
Contact person: Lewis Evans
Telephone: +44 2921673434
E-mail: Procurement@tfw.wales
NUTS: UKL
Internet address(es)
Main address: https://tfw.wales/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/
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://etenderwales.bravosolution.co.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Transport Related Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
TfW - C000732.00 - Welsh Bus Data Services
Reference number: C000732.00
II.1.2) Main CPV code
72300000
II.1.3) Type of contract
Services
II.1.4) Short description
TfW is looking to procure the services of Supplier(s) for Welsh Bus Data Services which is split into the following Lots:
- Lot 1 Welsh Bus Data Service - Receive, store, process and share operational and financial data about buses in Wales.
- Lot 2 Welsh Bus Display Board Content Management System - Manages public service messages, real time information and other content for transmission to display boards.
II.1.5) Estimated total value
Value excluding VAT:
11 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lots 1 and 2
II.2) Description
Lot No: 1
II.2.1) Title
Welsh Bus Data Service (WBDS)
II.2.2) Additional CPV code(s)
48000000
48800000
48810000
48625000
48627000
48813000
72000000
72100000
72200000
72210000
72212000
72212670
72300000
72310000
72320000
72330000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Wales and Borders
II.2.4) Description of the procurement
The aim of the Welsh Bus Data Service (WBDS) is to improve the quality and availability of information about buses in Wales for passengers, public sector decision makers, third party data services, researchers and other data consumers.
The successful supplier will offer innovative and cost-effective solutions to improve and maintain data quality and will be capable of extending the service to support other transport modes and active travel if required.
Examples of the benefits of this service will be access to real time prediction of bus arrival times for all bus stops in Wales and demonstrably secure systems and processes for handling confidential data used to support the planning of bus services.
Lot 1 Welsh Bus Data Service will provide a system and service to receive, store, process and share operational and financial data about buses in Wales. This means TfW can use the information to inform delivery of bus projects and can provide data to third party apps for journey planning, to local authorities for contract management, to services such as the BES payment and reconciliation portal and to Welsh Government to help to inform policy making.
This service will replace and upgrade the systems that Traveline use for bus data collection and management so that all parties can be assured of the quality of the data that is being provided.
Lot 1 also has 5 additional option packages that Tenderers are required to bid and price against:
- Option 1 – Managed Service
- Option 2 – Analytics Package
- Option 3 – Managing Data for Other Modes
- Option 4 - Bus Operations Room
- Option 5 - Integration with TfW API Gateway
Further details and specific requirements can be found in Volume 5 of this ITT. TfW will evaluate these priced options as described in Volume 7 of this ITT but may or may not purchase them at the time of Award of Contract.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a further period of up to 2 years on a 1+1 basis at TfW's sole discretion
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Lot 1 also has 5 additional option packages that Tenderers are required to bid and price against:
- Option 1 – Managed Service
- Option 2 – Analytics Package
- Option 3 – Managing Data for Other Modes
- Option 4 - Bus Operations Room
- Option 5 - Integration with TfW API Gateway
Further details and specific requirements can be found in Volume 5 of this ITT. TfW will evaluate these priced options as described in Volume 7 of this ITT but may or may not purchase them at the time of Award of Contract.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
All ITT documentation can be accessed through the eTenderWales portal (https://etenderwales.bravosolution.co.uk/home.html)
Project_50832
itt_96282
Lot No: 2
II.2.1) Title
Welsh Bus Display Board Content Management System
II.2.2) Additional CPV code(s)
48000000
48800000
48810000
48625000
48627000
48813000
72000000
72100000
72200000
72210000
72212000
72212670
72300000
72310000
72320000
72330000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Wales and Borders
II.2.4) Description of the procurement
The Welsh Bus Display Board Content Management System (WBDCMS) will simplify the operational management of displays by implementing a standard interface with all displays which are compliant with the Real Time Integration Group’s CMS to Display interface specification.
An example of the benefits of this service will be giving local authorities the flexibility to procure the right display for the right location, confident that they will be able to issue public service messages across all the displays without having to procure and manage separate, proprietary content management systems from each display provider.
Lot 2 Welsh Bus Display Board Content Management System - will provide a means to send public service messages, real time information and other content to new displays procured from the associated framework and to existing displays where they can be upgraded to interface with the CMS.
This service will interface with the Welsh Bus Data Service and will negate the need for individual local authorities to procure separate real time information engines and content management systems for their localities.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a further period of up to 2 years to be reviewed on a 1+1 basis at TfW's sole discretion.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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
II.2.14) Additional information
All ITT documentation can be accessed through the eTenderWales portal (https://etenderwales.bravosolution.co.uk/home.html)
Project_50832
itt_96282
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please refer to ITT Tender Documentation
III.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
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please refer to ITT Tender Documentation
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/09/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
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)
IV.2.7) Conditions for opening of tenders
Date:
14/09/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2029 if extension options are utilised
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Tender Documentation will be available via eTenderWales at:
https://etenderwales.bravosolution.co.uk/home.html
Please refer to Project_50832 and ITT_96282 to obtain the Tender Documentation.
Any Tender queries and responses and any circulars that may be issued during the Tender period are to be communicated exclusively via the eTenderWales Portal only. All responses will be shared with all Tenderers unless the query is deemed confidential or commercially sensitive.
Please ensure that any enquiries/clarifications raised via eTenderWales are free of any identifiable information, such as their name or the name of their company.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=123005
(WA Ref:123005)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
14/07/2022