Section one: Contracting authority
one.1) Name and addresses
Transport for Wales
3 Llys Cadwyn, Taff Street
Pontypridd
CF37 4TH
Telephone
+44 2921673434
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Public Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Bus Network Design System
Reference number
C001137.00
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
The requirement is for the supply of a new network planning solution to be used across the TfW business units – primarily the TfW Customer Journey and the Bus Network Development teams as well as the associated services as detailed below.
The TfW Customer Journey team produce and collate operator timetables and fares for the TfW Traveline journey planner, TrawsCymru services, the TfW Welsh Bus Data System (national realtime information) and wider Traveline UK datasets as well as managing the Welsh bus stop information on behalf of the Welsh local transport authorities.
The Bus franchising /network development team utilise the current scheduling system to design, schedule and evaluate the proposed franchised network, generating data for downstream analysis and stakeholder engagement.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Remotely
two.2.4) Description of the procurement
The requirement is for the supply of a new network planning solution to be used across the TfW business units – primarily the TfW Customer Journey and the Bus Network Development teams as well as the associated services as detailed below.
The TfW Customer Journey team produce and collate operator timetables and fares for the TfW Traveline journey planner, TrawsCymru services, the TfW Welsh Bus Data System (national realtime information) and wider Traveline UK datasets as well as managing the Welsh bus stop information on behalf of the Welsh local transport authorities.
The Bus franchising /network development team utilise the current scheduling system to design, schedule and evaluate the proposed franchised network, generating data for downstream analysis and stakeholder engagement.
Purpose
The purpose of this system procurement is to:
Standardisation
Standardise the scheduling/ timetabling system across TfW to create cross-functional knowledge and working opportunities;
Ensure a primary system for franchising is available for network and infrastructure design, generating data for procurement, operational performance, contract monitoring, ticketing integration and analysis;
Improve efficiency and overall workflows of the Journey team whilst generating schedules for the real time system and multimodal digital customer system.
Workflows
Improve workflows of the Journey team to generate schedules for the realtime system and multimodal digital customer system;
Remove the potential security risks posed by older systems.
Requirements
Project and system requirements include:
Pre-franchising network design and procurement
Map generation
Timetable generation including vehicle workings and accurate run times
Network insights including PVR, live/dead hours/kilometres, cost profiles and accessibility analysis
Different view of the services – map, timetable, graphs, DRT zones
Franchise package management and data provision to bidders
Customer information
Manage the dates a schedule is active
Include customer centric information including notes and via information in both Welsh and English
Franchising operations
Ongoing network enhancements – planned disruptions, contract changes
Multi-modal network evaluation
Data management – integrations, workflow management and reporting
NaPTAN integration
Import of the rail and cycle network
Import of other datasets to aid network accessibility analysis
Extensive reporting suite to analyse the network and maintain ongoing collaboration with stakeholders
Generate customer facing timetable information (PDF)
Anticipated integrations
TfW bus ticketing solution
Contract management system
TfW multimodal customer App and Website
ZEB Modelling tools
Project management, Mobilisation and BAU support
Robust and developed migration strategy
Training provision
Ongoing customer services including a responsive helpdesk
Non core: Network operations: ZEB scheduling
ZEB vehicle requirements modelling and analysis
Vehicle charging schedules
Non core: Roadside publicity
Utilising the TfW brand design to generate bus stop and interchange publicity
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to two periods of up to 12 months each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The number of user volumes may change during the contract lifecycle.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please use references project_58205 and itt_115047 on eTenderWales to access the full tender documents.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per tender documentation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per tender documentation
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-031512
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.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)
four.2.7) Conditions for opening of tenders
Date
12 February 2025
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Either after 3 years or 5 years should the options to extend to be utilised.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=147296
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As per tender documentation
(WA Ref:147296)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom