Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Transport for Wales
Southgate House, Wood Street
Cardiff
CF10 1EW
UK
Contact person: Paul Chase
Telephone: +44 2921673434
E-mail: analyticalunit@tfw.wales
NUTS: UKL
Internet address(es)
Main address: http://tfw.gov.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://www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales
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
Transport for Wales - SW&Mid Wales Regional Transport Modelling
II.1.2) Main CPV code
71241000
II.1.3) Type of contract
Services
II.1.4) Short description
Develop regional multi-modal transport model for South West & Mid Wales.
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71311200
71356400
71621000
72242000
72222000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
The regional model is to be based on South West & Mid Wales.
II.2.4) Description of the procurement
TfW is responsible for procuring a suite of regional multi-modal transport models and tools to cover the whole of Wales and adjacent areas in England which have a material impact on transport in Wales. Consistency of approach and model output across Wales will be an important consideration. This procurement event is specifically for the South West and Mid Wales area only.
1) The SW&Mid Wales Transport Model (SWMWTM) will need to be multi-modal and capable of modelling the following types of transport intervention from the outset:
A) Metro service for the Swansea Bay City Region, including options for LRT, BRT, new stations/stops, and rail-based Park and Ride.
B) Heavy rail improvements, including new stations, new lines and amended services.
C) Major bus improvements, including significant bus priority, area-wide or corridor bus quality improvements, and area-wide or corridor integrated ticketing and wholescale fare changes.
D) Major highway infrastructure changes, including new highway construction, major junction alterations, and road closures.
E) Area-wide parking strategies, including wholescale changes to parking availability and charging levels.
F) Area-wide highway charging strategies, such as in relation to clean air zones.
G) Area-wide or corridor active travel schemes to reduce private car use.
2) The SWMWTM will need to be technically sound and capable of withstanding scrutiny. This means aligning the model with UK government guidance, as set out in WebTAG. Critically, the SWMWTM will need to be understandable and user-friendly, with fast model run times, so that its use by stakeholders can be encouraged.
3) This ITT is for a term contract of three years starting April 2019 and ending March 2022, to develop the SWMWTM and subsequently maintain, update and operate the model. TfW expects the model to be completely ready for use from 01 October 2020 and the Consultant will then be responsible for maintaining, updating and operating the model.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
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:
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
This contract is for South West & Mid Wales only and does not include for South East Wales or North Wales regions.
The Services are to be provided via Task Order and it is anticipated that the value of Task Order 1(model development) will be circa 900,000 GBP.
TfW reserves the right not to proceed with a procurement event at any time or not to invite proposals on an alternative basis.
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 see ITT documents attached to this Contract Notice on Sell2Wales.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 235-537374
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/03/2019
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:
19/03/2019
Local time: 12:30
Place:
TfW Offices in Cardiff
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=89608.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:89608)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
08/02/2019