Section one: Contracting authority
one.1) Name and addresses
Lancashire County Council
PO Box 100, County Hall
Preston
PR10LD
Contact
James Bennett
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
digitalprocurement@lancashire.gov.uk
Country
United Kingdom