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.

Contract Notice

Regional Strategic Model

  • First published: 01 June 2023
  • Last modified: 01 June 2023

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-h6vhtk-0389ec
Published by:
West Midlands Combined Authority
Authority ID:
AA51973
Publication date:
01 June 2023
Deadline date:
30 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The aim of this project is to provide a step-change improvement in transport planning across the West Midlands, allowing Transport for West Midlands (TfWM) and its partner Local Highway and Transport Authorities to accurately consider comprehensive information and insights about the likely impacts of schemes and policies in the region. It should also provide valuable insight into existing travel behaviours and patterns which are drawn from different sources of basic observations of the transport system and homogenised through the RSM model environment into a single view of movements and demand. Such insights should be structured to provide intelligence which is relevant to a broad cohort of transport planners and that can be used to support the targeted promotion of new mobility services to end users (or modifications to existing services).

The commission will involve:

• the initial build and testing of the RSM model;

• the provision of full suite of detailed protocols, tools and manuals that will allow every aspect of the re-basing, use for testing, operation and maintenance of the model to be undertaken by any competent professional not involved in the initial build;

• the upskilling and training of local authority staff such that they can undertake key tasks and activities and appropriately specify subsequent commissions for work either using the RSM for transport planning studies, or to further develop the RSM capabilities; and

• Technical support on modelling and data relevant to the RSM to the client team for a period of time as the RSM is adopted into Business as Usual operations and following the initial handover for a further period of up to four years.

The expectation is that the RSM will utilise a mixture of existing platforms and/or software products (which may be licensed from the RSM supplier or third parties), and bespoke software/services, or tooling, or processes and protocols.

WMCA reserves the right to award the Contract based solely on the Detailed Tender responses if it

decides that it has a Detailed Tender response which scores highest and requires no Negotiation. If

there are less than three Candidates following submission of the Detailed Tenders, WMCA reserves

the right to move straight to the Negotiation (as defined below) phase.

The second stage bidders will be invited to submit a detailed tender.

The valuation of this procurement has been determined by reference to an anticipated budget for the delivery of the initial deliverable (items 1 to 4 above) of £1million with the remaining financial scope being available should the ad hoc services referred to in the final 4 years be required.

The scope of the commission is further detailed in the procurement documents.

WMCA is seeking a suitable and properly qualified service provider experienced in providing services similar to the services being let under this contract

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Midlands Combined Authority

16 Summer Lane

Birmingham

B19 3SD

UK

Telephone: +44 3453036760

E-mail: Dafydd.Church@wmca.org.uk

NUTS: UK

Internet address(es)

Main address: www.wmca.org.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://wmca.bravosolution.co.uk/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://wmca.bravosolution.co.uk/web/login.html


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Regional Strategic Model

Reference number: 2021-03542

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The aim of this project is to provide a step-change improvement in transport planning across the West Midlands, allowing Transport for West Midlands (TfWM) and its partner Local Highway and Transport Authorities to accurately consider comprehensive information and insights about the likely impacts of schemes and policies in the region. It should also provide valuable insight into existing travel behaviours and patterns which are drawn from different sources of basic observations of the transport system and homogenised through the RSM model environment into a single view of movements and demand. Such insights should be structured to provide intelligence which is relevant to a broad cohort of transport planners and that can be used to support the targeted promotion of new mobility services to end users (or modifications to existing services).

The expectation is that the RSM will utilise a mixture of existing platforms and/or software products (which may be licensed from the RSM supplier or third parties), and bespoke software/services, or tooling, or processes and protocols.

II.1.5) Estimated total value

Value excluding VAT: 2 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71000000

72222000

72222300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The aim of this project is to provide a step-change improvement in transport planning across the West Midlands, allowing Transport for West Midlands (TfWM) and its partner Local Highway and Transport Authorities to accurately consider comprehensive information and insights about the likely impacts of schemes and policies in the region. It should also provide valuable insight into existing travel behaviours and patterns which are drawn from different sources of basic observations of the transport system and homogenised through the RSM model environment into a single view of movements and demand. Such insights should be structured to provide intelligence which is relevant to a broad cohort of transport planners and that can be used to support the targeted promotion of new mobility services to end users (or modifications to existing services).

The commission will involve:

• the initial build and testing of the RSM model;

• the provision of full suite of detailed protocols, tools and manuals that will allow every aspect of the re-basing, use for testing, operation and maintenance of the model to be undertaken by any competent professional not involved in the initial build;

• the upskilling and training of local authority staff such that they can undertake key tasks and activities and appropriately specify subsequent commissions for work either using the RSM for transport planning studies, or to further develop the RSM capabilities; and

• Technical support on modelling and data relevant to the RSM to the client team for a period of time as the RSM is adopted into Business as Usual operations and following the initial handover for a further period of up to four years.

The expectation is that the RSM will utilise a mixture of existing platforms and/or software products (which may be licensed from the RSM supplier or third parties), and bespoke software/services, or tooling, or processes and protocols.

WMCA reserves the right to award the Contract based solely on the Detailed Tender responses if it

decides that it has a Detailed Tender response which scores highest and requires no Negotiation. If

there are less than three Candidates following submission of the Detailed Tenders, WMCA reserves

the right to move straight to the Negotiation (as defined below) phase.

The second stage bidders will be invited to submit a detailed tender.

The valuation of this procurement has been determined by reference to an anticipated budget for the delivery of the initial deliverable (items 1 to 4 above) of £1million with the remaining financial scope being available should the ad hoc services referred to in the final 4 years be required.

The scope of the commission is further detailed in the procurement documents.

WMCA is seeking a suitable and properly qualified service provider experienced in providing services similar to the services being let under this contract

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: 2 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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

WMCA reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at its sole discretion. WMCA shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applican

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 procurement documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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:

2022/S 000-034090

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 30/06/2023

Local time: 17:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Please see the below which provides further information regarding the opportunity:

1. Please register your company on our e-tendering portal (Bravo Solution). Instructions on how to register are located at:

https://www.wmca.org.uk/media/1692/wmca_etendering_supplier_registration_guide_2016.pdf

Further key details around expressing an interest in this exercise are listed below:

Portal Website: https://wmca.bravosolution.co.uk

Bravo Solution Project Reference: project_642 Regional Strategic Model

Bravo Solution Response Reference: pqq_178 Regional Strategic Model

Once registered on the portal, please access Project_642 on our e-tendering portal and respond to PQQ_178 to submit company information and confirm your interest in participating in this procurement.

The deadline to respond to PQQ_178 is the 30th June @ 17:00pm

VI.4) Procedures for review

VI.4.1) Review body

: Royal Courts of Justice

Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

Internet address(es)

URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

WMCA will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015

VI.4.4) Service from which information about the review procedure may be obtained

Cabin Office

70 Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

31/05/2023

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
72222000 Information systems or technology strategic review and planning services Systems and technical consultancy services
72222300 Information technology services Information systems or technology strategic review and planning services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
Dafydd.Church@wmca.org.uk
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.