Tender

Regional Strategic Model

  • West Midlands Combined Authority

F02: Contract notice

Notice identifier: 2023/S 000-015412

Procurement identifier (OCID): ocds-h6vhtk-0389ec

Published 31 May 2023, 2:51pm



Section one: Contracting authority

one.1) Name and addresses

West Midlands Combined Authority

16 Summer Lane

Birmingham

B19 3SD

Email

Dafydd.Church@wmca.org.uk

Telephone

+44 3453036760

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.wmca.org.uk

one.3) Communication

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

https://wmca.bravosolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://wmca.bravosolution.co.uk/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

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

Regional Strategic Model

Reference number

2021-03542

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The aim of this project is to provide a step-change improvement in transport planning across the West Midlands, allowing Transport for West Midlands (TfWM) and its partner Local Highway and Transport Authorities to accurately consider comprehensive information and insights about the likely impacts of schemes and policies in the region. It should also provide valuable insight into existing travel behaviours and patterns which are drawn from different sources of basic observations of the transport system and homogenised through the RSM model environment into a single view of movements and demand. Such insights should be structured to provide intelligence which is relevant to a broad cohort of transport planners and that can be used to support the targeted promotion of new mobility services to end users (or modifications to existing services).

The expectation is that the RSM will utilise a mixture of existing platforms and/or software products (which may be licensed from the RSM supplier or third parties), and bespoke software/services, or tooling, or processes and protocols.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 72222000 - Information systems or technology strategic review and planning services
  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The aim of this project is to provide a step-change improvement in transport planning across the West Midlands, allowing Transport for West Midlands (TfWM) and its partner Local Highway and Transport Authorities to accurately consider comprehensive information and insights about the likely impacts of schemes and policies in the region. It should also provide valuable insight into existing travel behaviours and patterns which are drawn from different sources of basic observations of the transport system and homogenised through the RSM model environment into a single view of movements and demand. Such insights should be structured to provide intelligence which is relevant to a broad cohort of transport planners and that can be used to support the targeted promotion of new mobility services to end users (or modifications to existing services).

The commission will involve:

• the initial build and testing of the RSM model;

• the provision of full suite of detailed protocols, tools and manuals that will allow every aspect of the re-basing, use for testing, operation and maintenance of the model to be undertaken by any competent professional not involved in the initial build;

• the upskilling and training of local authority staff such that they can undertake key tasks and activities and appropriately specify subsequent commissions for work either using the RSM for transport planning studies, or to further develop the RSM capabilities; and

• Technical support on modelling and data relevant to the RSM to the client team for a period of time as the RSM is adopted into Business as Usual operations and following the initial handover for a further period of up to four years.

The expectation is that the RSM will utilise a mixture of existing platforms and/or software products (which may be licensed from the RSM supplier or third parties), and bespoke software/services, or tooling, or processes and protocols.

WMCA reserves the right to award the Contract based solely on the Detailed Tender responses if it

decides that it has a Detailed Tender response which scores highest and requires no Negotiation. If

there are less than three Candidates following submission of the Detailed Tenders, WMCA reserves

the right to move straight to the Negotiation (as defined below) phase.

The second stage bidders will be invited to submit a detailed tender.

The valuation of this procurement has been determined by reference to an anticipated budget for the delivery of the initial deliverable (items 1 to 4 above) of £1million with the remaining financial scope being available should the ad hoc services referred to in the final 4 years be required.

The scope of the commission is further detailed in the procurement documents.

WMCA is seeking a suitable and properly qualified service provider experienced in providing services similar to the services being let under this contract

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 6

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.2.14) Additional information

WMCA reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at its sole discretion. WMCA shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applican


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.2.2) Contract performance conditions

Please refer to the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 2022/S 000-034090

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

Date

30 June 2023

Local time

5:00pm

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

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Please see the below which provides further information regarding the opportunity:

1. Please register your company on our e-tendering portal (Bravo Solution). Instructions on how to register are located at:

https://www.wmca.org.uk/media/1692/wmca_etendering_supplier_registration_guide_2016.pdf

Further key details around expressing an interest in this exercise are listed below:

Portal Website: https://wmca.bravosolution.co.uk

Bravo Solution Project Reference: project_642 Regional Strategic Model

Bravo Solution Response Reference: pqq_178 Regional Strategic Model

Once registered on the portal, please access Project_642 on our e-tendering portal and respond to PQQ_178 to submit company information and confirm your interest in participating in this procurement.

The deadline to respond to PQQ_178 is the 30th June @ 17:00pm

six.4) Procedures for review

six.4.1) Review body

: Royal Courts of Justice

Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

WMCA will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015

six.4.4) Service from which information about the review procedure may be obtained

Cabin Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom