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