- Scope of the procurement
- Lot 1. Bus Publicity Timetable Software Supply/Support and Maintenance
- Lot 2. Hardware and Software Maintenance of a RTPI Base System and On Street Electronic Display Screens
- Lot 3. Bus Publicity Timetable Software Supply/Support and Maintenance plus Hardware and Software Maintenance of a RTPI Base System and On Street Electronic Display Screens
Section one: Contracting authority
one.1) Name and addresses
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
Telephone
+44 1467530600
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
http://www.aberdeenshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Bus RTPI System Support & Maintenance plus Supply and Maintenance of Bus Timetable Software
Reference number
000-FELC2992/000-FELC2992
two.1.2) Main CPV code
- 48813200 - Real-time passenger information system
two.1.3) Type of contract
Supplies
two.1.4) Short description
Aberdeenshire Council (‘the Council’) in collaboration with Aberdeen City Council is seeking to appoint a suitably qualified and experienced contractor to supply, install, integrate, commission, test, maintain the systems and infrastructure relating to the provision of Real-Time Passenger Information. In addition, the Council are seeking a software solution for the provision of publicity timetables that are installed at bus stops and shelters.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 3 is a combination of the two lots below so it is expected that a supplier will submit a single pricing schedule for either lot 1 or lot 2 or lot 3.
Lot 1: Timetable generation software (Producing printed scheduled timetables)
Lot 2: Real-Time Passenger Information (RTPI) – Management/base software and Real-Time Passenger Information (RTPI) Digital Displays (managing existing estate and potentially delivering new electronic screens)
two.2) Description
two.2.1) Title
Bus Publicity Timetable Software Supply/Support and Maintenance
Lot No
1
two.2.2) Additional CPV code(s)
- 30199790 - Timetables
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeenshire and Aberdeen City
two.2.4) Description of the procurement
Please refer to Appendix 1 - Statement of Requirements for the full detailed requirements.
Lot 1 is for the supply, support and maintenance of bus publicity timetable generation software for the production of large format printed scheduled timetables, delivering reliable and accurate information to bus passengers. These large format timetables are fitted to the majority of bus stop infrastructure within Aberdeenshire and Aberdeen City.
The new system(s) will be designed to provide flexibility, allowing the Council to adopt the latest technologies and standards as they become available.
The system(s) is to be hosted by the Contractor(s), who will provide a managed, service-based solution. The contractor will be responsible for monitoring the system and its components, identifying any faults or failures which may occur and rectifying these within the timescales set out in this specification. The Contractor will take on responsibility for all system maintenance.
The system architecture will be based on open data standards and utilise the supply of data feeds from bus operators and the Council. The system will provide accurate data outputs in several formats.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Council shall have the sole option of extending the contract for further periods of one year, for a maximum of three years after the expiry of the term. Such extensions shall be based on the performance of the Contractor, the success of the Services provided and the availability of budget/economic situation/requirements of the Council.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Hardware and Software Maintenance of a RTPI Base System and On Street Electronic Display Screens
Lot No
2
two.2.2) Additional CPV code(s)
- 48813200 - Real-time passenger information system
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeenshire and Aberdeen City
two.2.4) Description of the procurement
Please refer to Appendix 1 - Statement of Requirements for the full detailed requirements.
For Lot2, Aberdeenshire Council (‘the Council’) in collaboration with Aberdeen City Council is seeking to appoint a suitably qualified and experienced contractor to supply, install, integrate, commission, test and maintain the systems and infrastructure relating to the provision of Real-Time Passenger Information.
The current provision consists of 2 components:
1) Base RTPI system that monitors the vehicle locations, provides a departure prediction engine and then subsequent data transfer via a communication feed to a 3rd party system.
2) RTPI hardware and software provision that consumes and cleanses the data provision from the base system feed (1) and delivers departure times via a feed to the bus stop/shelter and other RTPI displays.
The system(s) is to be hosted by the Contractor(s), who will provide a managed, service-based solution. The contractor will be responsible for monitoring the system and its components, identifying any faults or failures which may occur and rectifying these within the timescales set out in this specification. The Contractor will take on responsibility for all system maintenance.
The system architecture will be based on open data standards and utilise the supply of data feeds from bus operators and the Council. The system will provide accurate data outputs in several formats. These will include, but not be limited to display hardware, web pages, Traveline App and a managed Open Data service comprising API layers and SIRI data feeds.
The continuing development of RTPI systems and the wider transport technology marketplace is recognised. This is likely to result in advances in and the development of the solution by the Contractor during the Contract term and may include changes to standards and protocols. For the duration of the Contract, the Contractor is to provide software updates at no additional cost, for any subsequent upgrades to the original software solutions, as systems are developed to reflect the latest technology standards. Similarly, there are to be no additional charges for the adoption of new or revised standards.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Council shall have the sole option of extending the contract for further periods of one year, for a maximum of three years after the expiry of the term. Such extensions shall be based on the performance of the Contractor, the success of the Services provided and the availability of budget/economic situation/requirements of the Council.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Bus Publicity Timetable Software Supply/Support and Maintenance plus Hardware and Software Maintenance of a RTPI Base System and On Street Electronic Display Screens
Lot No
3
two.2.2) Additional CPV code(s)
- 30199790 - Timetables
- 48813200 - Real-time passenger information system
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeenshire and Aberdeen City
two.2.4) Description of the procurement
Please refer to Appendix 1 - Statement of Requirements for the full detailed requirements.
Lot 1 is for the supply, support and maintenance of bus publicity timetable generation software for the production of large format printed scheduled timetables, delivering reliable and accurate information to bus passengers. These large format timetables are fitted to the majority of bus stop infrastructure within Aberdeenshire and Aberdeen City.
The new system will be designed to provide flexibility, allowing the Council to adopt the latest technologies and standards as they become available
For Lot2, Aberdeenshire Council (‘the Council’) in collaboration with Aberdeen City Council is seeking to appoint a suitably qualified and experienced contractor to supply, install, integrate, commission, test and maintain the systems and infrastructure relating to the provision of Real-Time Passenger Information.
The current provision consists of 2 components:
1) Base RTPI system that monitors the vehicle locations, provides a departure prediction engine and then subsequent data transfer via a communication feed to a 3rd party system.
2) RTPI hardware and software provision that consumes and cleanses the data provision from the base system feed (1) and delivers departure times via a feed to the bus stop/shelter and other RTPI displays.
The system(s) are to be hosted by the Contractor(s), who will provide a managed, service-based solution. The contractor will be responsible for monitoring the system and its components, identifying any faults or failures which may occur and rectifying these within the timescales set out in this specification. The Contractor will take on responsibility for all system maintenance.
The system architecture will be based on open data standards and utilise the supply of data feeds from bus operators and the Council. The system will provide accurate data outputs in several formats. These will include, but not be limited to display hardware, web pages, Traveline App and a managed Open Data service comprising API layers and SIRI data feeds.
The continuing development of RTPI systems and the wider transport technology marketplace is recognised. This is likely to result in advances in and the development of the solution by the Contractor during the Contract term and may include changes to standards and protocols. For the duration of the Contract, the Contractor is to provide software updates at no additional cost, for any subsequent upgrades to the original software solutions, as systems are developed to reflect the latest technology standards. Similarly, there are to be no additional charges for the adoption of new or revised standards.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Council shall have the sole option of extending the contract for further periods of one year, for a maximum of three years after the expiry of the term. Such extensions shall be based on the performance of the Contractor, the success of the Services provided and the availability of budget/economic situation/requirements of the Council.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date
30 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31 August 2021
four.2.7) Conditions for opening of tenders
Date
30 April 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=649327.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:649327)
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sherriff Court
53 Castle Street
ABERDEEN
AB11 5BB
Country
United Kingdom