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: Leanne Millard
Telephone: +44 2921673434
E-mail: procurement@tfw.wales
NUTS: UKL
Internet address(es)
Main address: http://trc.cymru
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
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
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
Vehicle Telematics for New Traws Cymru Fleet
Reference number: C000705.00
II.1.2) Main CPV code
32441300
II.1.3) Type of contract
Supplies
II.1.4) Short description
As part of the retendering of the TrawsCymru network, there is a need to establish an efficient performance monitoring tool, allowing TfW to ensure operators are abiding to new regulations and guidelines set out in contracts. We want to procure a telematics system that will provide a consistent solution across the TrawsCymru fleet, monitoring driver performance and behaviour, with an overall focus on the safety of passenger. We will be introducing brand new fleet, including electric vehicles, so we have an opportunity to install a streamlined telematics system to each new vehicle, setting standards for drivers, and ensuring we can measure performance fairly throughout the network.
II.1.5) Estimated total value
Value excluding VAT:
350 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
64226000
32441300
34121100
32500000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The purpose of this tender is to identify and appoint competent supplier to provide a telematics system that will provide a consistent solution across the TrawsCymru fleet, monitoring driver performance and behaviour, with an overall focus on the safety of passenger. We will be introducing brand new fleet, including electric vehicles, so we have an opportunity to install a streamlined telematics system to each new vehicle, setting standards for drivers, and ensuring we can measure performance fairly throughout the network.
Key requirement:
- There should be one streamlined telematics system installed throughout the fleet, with management of performance owned by Transport for Wales.
- The telematics system should provide accurate monitoring of the driver’s performance, including reports for braking, accelerating, lane handling, cornering, and speeding.
- The supplier should provide full training on both installation and use of the telematics system
- The system should have an alcolock functionality to ensure passenger and driver safety.
- The system must have dashboard cameras, with AI installed to monitor driver fatigue.
- The telematics system should have integrated GPS tracking to monitor route performance, adding to the overall passenger experience.
- The telematics system should be installed into the TrawsCymru fleet with enough time for training and testing before the vehicles are on the road.
- The system should provide real-time alerts for driver fatigue, dangerous driving, harsh breaking.
- The supplier should provide adhoc support to Transport for Wales and bus operators for any queries, repairs etc.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 55
Price
/ Weighting:
45
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The contract duration is 2 years with the option to extend for a further 2 years in 12 month increments
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:
No
II.2.11) Information about options
Options:
Yes
Description of options:
TfW anticipates we require up to 100 units, TfW currently have around 60 vehicles and would like to allow for increases as a result of conversion to zero emission fleet.
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 participation
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 the 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:
15/08/2022
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: 36 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
15/08/2022
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:
If further products are required the anticipated date for re tender will be 2026
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
TrawsCymru is the long-distance bus network in Wales and has been in existence for many years. It has a broad geographical coverage and is currently delivered by a range of bus operators across Wales which are contracted through various Local Authorities on behalf of Welsh Government. Since April 2021 the management of service delivery for TrawsCymru has been transferred to Transport for Wales and future contract management will be via TfW.
We expect to rollout installation of telematics systems in line with the delivery of the new fleet, expected for October 2022, in readiness for launch of the service starting from January 2023. We anticipate that installation and full training will be delivered with plenty of time to ensure a smooth transition. TfW expects installation of the telematics system to all vehicles in line with launch dates to avoid safety implications for drivers and passengers.
There are currently approximately 200 drivers over 8 bus operators working on behalf of TrawsCymru, and whilst they are not direct employees of TfW, we must ensure we can support them to meet our standards, both in terms of safety and delivering excellent customer service. We believe that having a telematics system in use will be an effective tool for ensuring that all drivers are performing to the set standards, and that passenger safety is of the highest quality.
Tender documents will be available via EtenderWales
https://etenderwales.bravosolution.co.uk/esop/guest/login.do
Please refer to ITT_96247
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=123019
(WA Ref:123019)
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
12/07/2022