Contract

Bus Real-Time Passenger Information (RTPI) and Traffic Light Priority (TLP)

  • Lancashire County Council

F03: Contract award notice

Notice identifier: 2025/S 000-009062

Procurement identifier (OCID): ocds-h6vhtk-044bdb (view related notices)

Published 12 March 2025, 4:09pm



Section one: Contracting authority

one.1) Name and addresses

Lancashire County Council

PO Box 100, County Hall

Preston

PR10LD

Contact

James Bennett

Email

digitalprocurement@lancashire.gov.uk

Country

United Kingdom

Region code

UKD - North West (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.lancashire.gov.uk/isupplier

Buyer's address

www.lancashire.gov.uk/isupplier

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 Real-Time Passenger Information (RTPI) and Traffic Light Priority (TLP)

Reference number

JW/ICT/LCC/23/1808

two.1.2) Main CPV code

  • 72212482 - Business intelligence software development services

two.1.3) Type of contract

Services

two.1.4) Short description

Lancashire is committed to promoting bus travel across the County. It is currently developing a technology-based approach for network management including the deployment of intelligent bus priority at key signalised junctions and the provision of a Real Time Passenger Information (RTPI) system to support local bus services and improve the customer experience. A new RTPI system is a key component of the Lancashire

Future Mobility Platform and was central to the Bus Theme in the recent East Lancashire LUF Application, as well as supporting the Council's broader policies for promoting sustainable transport, digitalisation, and carbon reduction.

The Council is seeking to appoint an RTPI system provider to enable the countywide processing and publishing of bus arrival times and predictions to digital displays at bus stops, interchanges, and bus stations and via web-based information services and applications. Audio facilities providing 'talking bus stops' for visually impaired people will also be included in the specification. The successful system provider will be responsible for the supply, installation, and maintenance of a central RTPI system, on street RTPI displays and associated communications for the course of the contract. In addition, the Council requires the system provider to design, supply, install and maintain a Traffic Light Priority system for buses at signalised junctions and for bus services as specified by the Council.

This will require linking to the current Lancashire Urban Traffic Control system provided by Yunex Limited.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £1 / Highest offer: £6,000,000 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Cover sites across Lancashire, including across Blackburn with Darwen and Blackpool Council areas.

two.2.4) Description of the procurement

Open Tender Procedure compliant with the Public Contract Regulations 2015.

The Contract will be awarded for an initial period of four-years commencing on the successful LUF funding application. Two one-year options are available to extend this agreement. The contract term will enable the Council to fulfil its commitments under the East Lancashire LUF, the BSIP and TCF programmes and allow for the rollout of RTPI services, displays and Traffic Light Priority (TLP) in line with future investment approvals, schemes, and initiatives.

A procurement exercise will be conducted with the award of the whole contract potential being subject to receipt of future funding approval. The grant application (Levelling Up Fund) will be submitted later this year for confirmation in early 2025. The Council intends to demonstrate its commitment to the programme of works and thus strengthen its funding bid by seeking Cabinet's approval to proceed with the procurement exercise. Tenderers will be advised that award of the contract is contingent on the Council being successful in its bid for government funding.

two.2.5) Award criteria

Quality criterion - Name: Question 1: Project Management and Contract Delivery / Weighting: 8

Quality criterion - Name: Question 2: Cyber Security / Weighting: 5

Quality criterion - Name: Question 3: Resilience / Weighting: 5

Quality criterion - Name: Question 4: Bus Operator SIRI feeds / Weighting: 8

Quality criterion - Name: Question 5: Electronic Displays / Weighting: 8

Quality criterion - Name: Question 6: Affected Property Migration of Existing Signs / Weighting: 8

Quality criterion - Name: Question 7: Content Management System (CMS) / Weighting: 5

Quality criterion - Name: Question 8: Traffic Light Priority (TLP) / Weighting: 8

Quality criterion - Name: Question 9: Reporting / Weighting: 5

Quality criterion - Name: Social Value qualitative response / Weighting: 6

Quality criterion - Name: Social Value quantitative response / Weighting: 4

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

Contract is for four years with two 12 months options available, a maximum of 6 years (70 months)


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 000-024376


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 March 2025

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

J M W SYSTEMS LIMITED

Systems House, Stone Enterprise Centre, Emerald Way, Stone Business Park,

Stone

ST15 0SR

Country

United Kingdom

NUTS code
  • UKG - West Midlands (England)
Companies House

04009246

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £6,000,000

Lowest offer: £1 / Highest offer: £6,000,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Lancashire County Council

PO Box 100, County Hall

Preston

PR1 0LD

Email

digitalprocurement@lancashire.gov.uk

Country

United Kingdom