Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

TfW - C000732.00 - Welsh Bus Data Services

  • First published: 14 July 2022
  • Last modified: 14 July 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-123005
Published by:
Transport for Wales
Authority ID:
AA50685
Publication date:
14 July 2022
Deadline date:
14 September 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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. CPV: 72300000, 48000000, 48800000, 48810000, 48625000, 48627000, 48813000, 72000000, 72100000, 72200000, 72210000, 72212000, 72212670, 72300000, 72310000, 72320000, 72330000, 48000000, 48800000, 48810000, 48625000, 48627000, 48813000, 72000000, 72100000, 72200000, 72210000, 72212000, 72212670, 72300000, 72310000, 72320000, 72330000.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72330000 Content or data standardization and classification services Data services
72300000 Data services IT services: consulting, software development, Internet and support
72320000 Database services Data services
72310000 Data-processing services Data services
72100000 Hardware consultancy services IT services: consulting, software development, Internet and support
48810000 Information systems Information systems and servers
48800000 Information systems and servers Software package and information systems
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48625000 Open systems operating systems Operating systems
48813000 Passenger information system Information systems
72212000 Programming services of application software Programming services of packaged software products
72210000 Programming services of packaged software products Software programming and consultancy services
72212670 Real time operating system software development services Programming services of application software
48627000 Real-time operating system software package Operating systems
48000000 Software package and information systems Computer and Related Services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
14 July 2022
Deadline date:
14 September 2022 00:00
Notice type:
02 Contract Notice
Authority name:
Transport for Wales
Publication date:
01 May 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Transport for Wales

About the buyer

Main contact:
Procurement@tfw.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.