Scope
Reference
RTI Framework
Description
The Combined Authority is running this procurement process on its own behalf and on behalf of other Contracting Authorities, these include South Yorkshire Mayoral Combined Authority, York and North Yorkshire Combined Authority, City of York Council, North Yorkshire Council and Hull City Council. The Authorities are seeking to establish a single supply framework to provide real time information (RTI) technology to cover the public transport in their areas. The scope of the framework include Real-Time Display units and related services. The requirement includes and is not limited to battery powered RTI units that can be mounted to a typical bus stop pole and have a design that can be modified to suit branding requirements. Ideally, there would be other configurations of battery powered units, such as those that could be mounted inside existing bus shelters, but also options to include solar charging for battery powered units. The successful supplier should have sufficient experience and existing range of solutions that can meet tender's specification and be able to supply on short lead times.
Commercial tool
Establishes a framework
Total value (estimated)
- £15,000,000 excluding VAT
- £18,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 August 2025 to 1 August 2029
- 4 years, 1 day
Main procurement category
Goods
Additional procurement category
Services
CPV classifications
- 34000000 - Transport equipment and auxiliary products to transportation
- 33952000 - Transport equipment and auxiliary products to transportation
Contract locations
- UK - United Kingdom
Framework
Maximum number of suppliers
1
Maximum percentage fee charged to suppliers
0%
Further information about fees
There are no fees for using the framework
Justification for framework term over 4 years
N/A, framework term is 4 Years
Framework operation description
The prices and charges payable for Call-off Services shall be the prices and charges listed in the Pricing Schedule, which unless expressly agreed in writing by the Authority shall remain fixed for the Term, however the Purchaser may allow, after the initial 2 (Two) Year period, the Supplier to review and adjust their prices, subject to a maximum increase equivalent to the Retail Price Index (RPI) adjustment. These revised prices will then remain fixed for the subsequent 2 (Two) Years of the framework. Where price increases cannot be agreed the contract price will revert back to the fixed position. The Purchaser and the Supplier may agree charges, in respect of any or all Call-off Services, that are lower than those in the Pricing Schedule.
Award method when using the framework
Without competition
Contracting authorities that may use the framework
The Combined Authority is running this procurement process on its own behalf and on behalf of other Contracting Authorities, these include Hull City Council, North Yorkshire Council, York and North Yorkshire Combined Authority, South Yorkshire Mayoral Combined Authority (SYMCA) and/or City of York Council.
Participation
Legal and financial capacity conditions of participation
As per Invitation to tender document
Technical ability conditions of participation
As per Invitation to tender document
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
22 April 2025, 12:00pm
Tender submission deadline
12 May 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
15 July 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Functional/Non-Functional compliance | Quality | 20% |
Pricing schedule | Price | 20% |
Service performance compliance including details of how this will be achieved | Quality | 10% |
Meeting the travelling public's needs | Quality | 10% |
Transition, continuity and integration approach | Quality | 10% |
Delivery and Health & Safety Management | Quality | 10% |
Social Value | Quality | 10% |
Environmental Impact | Quality | 5% |
Project management and reporting | Quality | 5% |
Other information
Payment terms
Addressed in Appendix 5 Framework Agreement, Schedule 1 Call off Terms
Description of risks to contract performance
Appropriate performance of the displays Provision of service and maintenance in line with Schedule 6 Service Levels and Service Credits
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Justification for not publishing a preliminary market engagement notice
Preliminary market engagement has been carried out Notice identifier: 2024/S 000-029221 Procurement identifier (OCID): ocds-h6vhtk-049a42
Contracting authority
West Yorkshire Combined Authority
- Public Procurement Organisation Number: PHYG-7328-ZLQJ
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
United Kingdom
Telephone: +44 01132517272
Email: commercialteam@westyorks-ca.gov.uk
Website: https://www.westyorks-ca.gov.uk
Region: UKE42 - Leeds
Organisation type: Public authority - sub-central government