Tender

Bus RTPI System Support & Maintenance plus Supply and Maintenance of Bus Timetable Software

  • Aberdeenshire Council

F02: Contract notice

Notice identifier: 2021/S 000-006733

Procurement identifier (OCID): ocds-h6vhtk-02a1be

Published 31 March 2021, 5:16pm



Section one: Contracting authority

one.1) Name and addresses

Aberdeenshire Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

Email

cpss@aberdeencity.gov.uk

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