Tender

Bus Network Design System

  • Transport for Wales

F02: Contract notice

Notice identifier: 2025/S 000-001091

Procurement identifier (OCID): ocds-h6vhtk-04a4f4

Published 13 January 2025, 5:05pm



Section one: Contracting authority

one.1) Name and addresses

Transport for Wales

3 Llys Cadwyn, Taff Street

Pontypridd

CF37 4TH

Email

procurement@tfw.wales

Telephone

+44 2921673434

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://tfw.wales

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