Tender

PT1562 Wiltshire RTPI System

  • Wiltshire Council

F02: Contract notice

Notice identifier: 2022/S 000-009353

Procurement identifier (OCID): ocds-h6vhtk-032b24

Published 7 April 2022, 12:01pm



Section one: Contracting authority

one.1) Name and addresses

Wiltshire Council

County Hall, Bythesea Road

Trowbridge

BA14 8JN

Contact

Mr Andrew Mead

Email

andrew.mead@wiltshire.gov.uk

Telephone

+44 7769162166

Country

United Kingdom

NUTS code

UKK15 - Wiltshire CC

Internet address(es)

Main address

http://www.wiltshire.gov.uk/

Buyer's address

http://www.wiltshire.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=f4f4f09f-bab1-ec11-8113-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=f4f4f09f-bab1-ec11-8113-005056b64545

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PT1562 Wiltshire RTPI System

Reference number

DN604464

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Procurement for the provision of Supply and Maintenance of Real Time Passenger Information System for Wiltshire Council

Wiltshire Council’s current Real Time Passenger Information (RTPI) system has been in operation for over 15 years and has been supplied and is currently being maintained by Trapeze Group UK (TGUK). The maintenance service provided by TGUK is due to expire at the end of June 2022. The existing RTPI system architecture is dated and needs modernisation to meet the needs of its bus service providers, bus commuters and be able to meet the requirements specified in the Bus Services Act 2018 and Bus Open Data Service (BODS).

This document (referred to as Volume 2: Service Information) forms part of the Contract for a new RTPI system that will deliver greater functionality, innovation and benefits to the Council, bus operators and most importantly to those who will be using the bus services within Wiltshire. Funding for the new system has been secured from the Salisbury Transport Strategy, Section 106 and existing revenue budgets.

Volume 2: Service Information contains the requirements for the provision, installation and maintenance for Wiltshire’s new RTPI system. Volume 2 is one of three volumes (listed below) that form the Contract:

• Volume 1: NEC4 Term Service Contract

• Volume 2: Service Information

• Volume 3: Price List

The new Contract will be for 5 years with an option to extend it by 2 further periods of 2 and 3 years (i.e., 5+2+3 years, maximum Contract period 10 years). The initial 5 years is made up of 6 months for the provision and installation works and 54 months for the initial maintenance phase.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK15 - Wiltshire CC

two.2.4) Description of the procurement

The key requirements for Wiltshire’s new RTPI system include:

• Contractor hosted Live RTPI server(s) – Tier 3 Environment.

• Testing and training server.

• Web based solution.

• A scalable solution.

• System architecture based on mobile telecommunication technology (i.e., 4G/ 5G)

• BODS will be the main source of data for all bus operators.

• As an option, the system will be able to receive real time data separately from each of the bus operators (i.e., Stagecoach, Go South Coast, First Group and any others identified by Wiltshire Council).

• Delivery of an automated Fault Management System (FMS).

• Delivery of a Content Management System (CMS).

• Delivery of Real Time (RT) Prediction Engine.

• Providing punctuality and reliability reports against national targets.

• To deliver both RT and Scheduled Time (ST) information for bus services, with RT in minutes and ST in 24-hour clock format, with the ability to display this information on different media channels and displays at bus stops, as well as hubs and interchanges for connecting bus services.

• Decommission existing display assets.

• Provision, installation and maintenance of 133 new three-line 28” LED BSD.

• Provision, installation and maintenance of 39 new three-line LED flag displays.

• Provision of Free RTPI Open Application Programme Interface (API) to third party data providers (e.g., Mobile App and web developers).

• As an option, the system will provide bus traffic light priority for late running buses.

• All hardware should be compatible with the emerging RTIG Standard.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Price / Weighting: 40

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The new Contract will be for 5 years with an option to extend it by 2 further periods of 2 and 3 years (i.e., 5+2+3 years, maximum Contract period 10 years).

End of this period the contract will be subject to renewal

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 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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 May 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

4 May 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

London

Country

United Kingdom