Tender

Real Time Passenger Information System Display Board/Points Equipment and Services

  • SMART APPLICATIONS MANAGEMENT LIMITED

F02: Contract notice

Notice identifier: 2022/S 000-016662

Procurement identifier (OCID): ocds-h6vhtk-0345e8

Published 17 June 2022, 12:19pm



Section one: Contracting authority

one.1) Name and addresses

SMART APPLICATIONS MANAGEMENT LIMITED

3 The Crescent

PLYMOUTH

PL13AB

Contact

Andrew Seedhouse

Email

procurement@nationalmobilitiesprocurementhub.co.uk

Telephone

+44 7807043222

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.talktosam.co.uk/nmph/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.talktosam.co.uk/nmph/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.talktosam.co.uk/nmph/

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

one.4) Type of the contracting authority

Other type

Membership Organisation with Mutual Designation, Company limited by guaranteee

one.5) Main activity

Other activity

Real Time Passenger Information System Display Board/Points Equipment and Services; and wider sustainable transport services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Real Time Passenger Information System Display Board/Points Equipment and Services

Reference number

SAM001

two.1.2) Main CPV code

  • 48813200 - Real-time passenger information system
    • EA21 - For/Adapted for visually impaired person
    • EA23 - For passenger

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Framework is seeking the provision of Real Time Passenger Information Systems (RTPI) Display Board/Points Equipment and Services.

RTPI Display Systems are important in enabling a customer to understand visually through a display screen, the arrival time of bus or other transport services and associated messaging to keep the customer updated and able to make informed decisions about their journey.

The RTPI Display Boards/Points capability in terms of connectivity, accuracy, speed and performance are central to how a scheme is perceived and accepted.

This Framework is seeking to host a number of RTPI Display

Board/Points Suppliers, who are committed to partnership working and the application of RTIG requirements and principles.

The Framework will be available for all public sector bodies in the UK, including Local Authorities, Highway Authorities, Combined Authorities, and Regional Transport Authorities in England, Wales, Scotland, and Northern Ireland as well as National Transport Bodies such as Transport for Wales, Transport Scotland, Translink and the Department for Transport.

It will also be available for use by any bus/rail/tram operator of the UK. More detail of who the Framework is for is outlined in Section VI.3.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 30231300 - Display screens
  • 30231310 - Flat panel displays

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

The Framework will be available for use throughout all places of the UK, as it can be used by all public sector bodies in the UK, including Local Authorities, Highway Authorities, Combined Authorities, and Regional Transport Authorities in England, Wales, Scotland, and Northern Ireland as well as National Transport Bodies such as Transport for Wales, Transport Scotland, Translink and the Department for Transport. Additional Information is provided in Section VI.3.

two.2.4) Description of the procurement

This Framework is seeking the provision of Real Time Passenger Information Systems (RTPI) Display Board/Points Equipment and Services.

RTPI Display Systems are important in enabling a customer to understand visually through a display screen, the arrival time of bus or other transport services and associated messaging to keep the customer updated and able to make informed decisions about their journey.

The RTPI Display Boards/Points capability in terms of connectivity, accuracy, speed and performance is central to how a scheme is perceived and accepted. There is a recognition that access to Real Time Information (RTI) about journeys is an important pre-requisite for building passengers' confidence in the use of public transport.

To date, individual Local Authorities (LAs) in the UK have procured RTI services on an ad hoc basis, using local back offices to process the data. Each LA wanting to implement RTI has had to run a separate procurement for the roadside RTI equipment for their region.

Following consultation between LAs, Welsh and Scottish Governments, the DfT and bus operators, agreements are being reached to deliver improved bus data services. The building blocks needed to deliver the improved bus data services have been specified separately, with this procurement focussing on the Display Equipment.

This procurement specifies the requirements for the provision, installation and maintenance of new displays and the upgrading and maintenance of existing displays.

This procurement aims to deliver a multi supplier framework to provide:

• Upgrades to existing displays (where feasible/economical)

- Conversions from legacy communication methods to digital connections

- Interfaces with Bus Data Display Content Management Systems (BDCMS)

• Provision of new Basic Text based displays

- For displaying real time bus arrivals and departure information and messages

- For use at bus shelters and other defined locations

• Provision of new Graphical displays

- In addition to real time information, will also provide messages and static and dynamic content (e.g. weather, news, advertising)

- For use at transport hubs and other locations with high footfall

• Provision of new Low Power Displays

- E.g. eInk with Solar panel

- for use at more rural locations or locations with limited power availability

With the key requirements for this framework including:

• Upgrade and maintenance of existing display assets.

• Provision of a catalogue of new display types.

• The following requirements applicable to both upgraded and new displays:

o Depending on the type of display, displays with the ability to present the following information:

- Real time bus services;

- Schedule time services;

- Dynamic advertising;

- Static advertising; and,

- Scrolling messages.

o The ability to deliver audio announcements through accessibility platforms such as REACT.

o The ability to display information in multiple languages.

o Displays to interface with third party supplied CMS (BDCMS).

The Supplier shall work with the BDCMS Provider(s) to add upgraded/ new displays onto the BDCMS.

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: £3,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Because of the specialist nature of the technology and interface requirements, the Framework Agreement may be renewed for up to 2 additional 12 month periods - making a maximum Framework length of 70 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

An agreement term may be extended from a standard 48 month term, by up to 2 x 12 month periods, making the maximum term available 72 months.

two.2.14) Additional information

A copy of the ITT with all bidding information can be obtained by request, by emailing: procurement@nationalmobilitiesprocurementhub.co.uk


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

We would expect all potential bidders to either be a member of, or to be aware of the Real Time Information Group (RTiG).

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.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 10

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The specialist nature of the Equipment and Services being sought.

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 000-016195

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

Date

25 July 2022

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 July 2022

Local time

5:01pm

Place

Tenders will be opened after 17:00pm on July 25th 2022.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The National Mobilities Procurement Hub (NMPH) is a national resource for all UK based Public Sector Bodies, with a Transport responsibility or interest; as well as for all bus and rail operators in the UK.

For the avoidance of doubt, the Framework has been developed for the following public sector organisations as a minimum:

Scottish Local Authorities

Aberdeen City Council

Aberdeenshire Council

Angus Council

Argyll and Bute Council

City of Edinburgh Council

Clackmannanshire Council

Comhairle nan Eilean Siar

Dumfries and Galloway Council

Dundee City Council

East Ayrshire Council

East Dunbartonshire Council

East Lothian Council

East Renfrewshire Council

Falkirk Council

Fife Council

Glasgow City Council

Inverclyde Council

Midlothian Council

North Ayrshire Council

North Lanarkshire Council

Orkney Islands Council

Perth and Kinross Council

Renfrewshire Council

Scottish Borders Council

Shetland Islands Council

South Ayrshire Council

South Lanarkshire Council

Stirling Council

The Highland Council

The Moray Council

West Dunbartonshire Council

West Lothian Council

Scottish Government & Executive Agencies

Scottish Government

Transport Scotland

Scottish Regional Transport Partnerships

Shetland Transport Partnership (ZetTrans)

Highlands and Islands Transport Partnership (HITRANS)

North-East of Scotland Transport Partnership (NESTRANS)

Tayside and Central Scotland Transport Partnership (TACTRAN)

South-East of Scotland Transport Partnership (SESTRAN)

Strathclyde Partnership for Transport (SPT)

South-West of Scotland Transport Partnership (Swestrans)

Unitary Authorities in Wales

Blaenau Gwent County Borough Council

Bridgend County Borough Council

Caerphilly County Borough Council

Cardiff Council

Carmarthenshire County Council

Ceredigion County Council

Conwy County Borough Council

Denbighshire County Council

Flintshire County Council

Gwynedd Council

Isle of Anglesey County Council

Merthyr Tydfil County Borough Council

Monmouthshire County Council

Neath Port Talbot County Borough Council

Newport City Council

Pembrokeshire County Council

Powys County Council

Rhondda Cynon Taf County Borough Council

City and County of Swansea

The Vale of Glamorgan County Borough Council

Torfaen County Borough Council

Wrexham County Borough Council

Welsh Government & Executive Agencies

Welsh Government

Transport for Wales

Welsh Transport Partnerships

South East Wales Transport Commission

North Wales Transport Commission

Metropolitan District Councils in England

Barnsley Borough Council

Birmingham City Council

Bolton Borough Council

Bradford City Council

Bury Borough Council

Calderdale Borough Council

Coventry City Council

Doncaster Borough Council

Dudley Borough Council

Gateshead Borough Council

Kirklees Borough Council

Knowsley Borough Council

Leeds City Council

Liverpool City Council

Manchester City Council

North Tyneside Borough Council

Newcastle Upon Tyne City Council

Oldham Borough Council

Rochdale Borough Council

Rotherham Borough Council

South Tyneside Borough Council

Salford City Council

Sandwell Borough Council

Sefton Borough Council

Sheffield City Council

Solihull Borough Council

St Helens Borough Council

Stockport Borough Council

Sunderland City Council

Tameside Borough Council

Trafford Borough Council

Wakefield City Council

Walsall Borough Council

Wigan Borough Council

Wirral Borough Council

Wolverhampton City Council

Unitary Authorities in England

Bath and North East Somerset Council

Bedford Borough Council

Blackburn with Darwen Borough Council

Blackpool Council

Bournemouth, Christchurch and Poole Council

Bracknell Forest Borough Council

Brighton and Hove City Council

Bristol City Council

Buckinghamshire Council

Central Bedfordshire Council

Cheshire East Council

Cheshire West and Chester Council

Cornwall Council

Durham County Council

Darlington Borough Council

Derby City Council

Dorset Council

East Riding of Yorkshire Council

Halton Borough Council

Hartlepool Borough Council

Herefordshire Council

Isle of Wight Council

Hull City Council

Leicester City Council

Luton Borough Council

Medway Council

Middlesbrough Borough Council

Milton Keynes Council

North East Lincolnshire Council

North Lincolnshire Council

North Northamptonshire Council

North Somerset Council

Northumberland County Council

Nottingham City Council

Peterborough City Council

Plymouth City Council

Portsmouth City Council

Reading Borough Council

Redcar and Cleveland Borough Council

Rutland County Council

Shropshire Council

Slough Borough Council

Southampton City Council

Southend-on-Sea Borough Council

South Gloucestershire Council

Stockton-on-Tees Borough Council

Stoke-on-Trent City Council

Swindon Borough Council

Telford and Wrekin Borough Council

Thurrock Council

Torbay Council

Warrington Borough Council

West Berkshire Council

West Northamptonshire Council

Wiltshire Council

Windsor and Maidenhead Borough Council

Wokingham Borough Council

City of York Council

County Councils in England

Cambridgeshire County Council

Cumbria County Council

Derbyshire County Council

Devon County Council

East Sussex County Council

Essex County Council

Gloucestershire County Council

Hampshire County Council

Hertfordshire County Council

Kent County Council

Lancashire County Council

Leicestershire County Council

Lincolnshire County Council

Norfolk County Council

North Yorkshire County Council

Nottinghamshire County Council

Oxfordshire County Council

Somerset County Council

Staffordshire County Council

Suffolk County Council

Surrey County Council

Warwickshire County Council

West Sussex County Council

Worcestershire County Council

Combined Authorities in England

Cambridgeshire and Peterborough Combined Authority

Greater Manchester Combined Authority

Liverpool City Region Combined Authority  

North East Combined Authority 

North of Tyne Combined Authority

South Yorkshire Combined Authority

Tees Valley Combined Authority  

West Midlands Combined Authority  

West of England  Combined Authority 

West Yorkshire Combined Authority

London Borough Councils

Barking and Dagenham

Barnet

Bexley

Brent

Bromley

Camden

Croydon

Ealing

Enfield

Greenwich

Hackney

Hammersmith and Fulham

Haringey

Harrow

Havering

Hillingdon

Hounslow

Islington

Kensington and Chelsea

Kingston upon Thames

Lambeth

Lewisham

Merton

Newham

Redbridge

Richmond upon Thames

Southwark

Sutton

Tower Hamlets

Waltham Forest

Wandsworth

Westminster

Other Transport Bodies

Transport for London

Department for Transport

District, Borough and City Councils in England

Adur

Allerdale

Amber Valley

Arun

Ashfield

Ashford

Babergh

Barrow-in-Furness

Basildon

Basingstoke & Deane

Bassetlaw

Blaby

Bolsover

Boston

Braintree

Breckland

Brentwood

Broadland

Bromsgrove

Broxbourne

Broxtowe

Burnley

Cambridge

Cannock Chase

Canterbury

Carlisle

Castle Point

Charnwood

Chelmsford

Cheltenham

Cherwell

Chesterfield

Chichester

Chorley

Colchester

Copeland

Cotswold

Craven

Crawley

Dacorum

Dartford

Derbyshire Dales

Dover

East Cambridgeshire

East Devon

East Hampshire

East Hertfordshire

East Lindsey

East Staffordshire

East Suffolk

Eastbourne

Eastleigh

Eden

Elmbridge

Epping Forest

Epsom & Ewell

Erewash

Exeter

Fareham

Fenland

Folkestone and Hythe

Forest of Dean

Fylde

Gedling

Gloucester

Gosport

Gravesham

Great Yarmouth

Guildford

Hambleton

Harborough

Harlow

Harrogate

Hart

Hastings

Havant

Hertsmere

High Peak

Hinckley and Bosworth

Horsham

Huntingdonshire

Hyndburn

Ipswich

Kings Lynn & West Norfolk

Lancaster

Lewes

Lichfield

Lincoln

Maidstone

Maldon

Malvern Hills

Mansfield

Melton

Mendip

Mid Devon

Mid Suffolk

Mid Sussex

Mole Valley

North Devon

North East Derbyshire

North Hertfordshire

North Kesteven

North Norfolk

North West Leicestershire

North Warwickshire

New Forest

Newark & Sherwood

Newcastle-Under-Lyme

Norwich

Nuneaton & Bedworth

Oadby & Wigston

Oxford

Pendle

Preston

Redditch

Reigate & Banstead

Ribble Valley

Richmondshire

Rochford

Rossendale

Rother

Rugby

Runnymede

Rushcliffe

Rushmoor

Ryedale

Somerset West and Taunton

South Cambridgeshire

South Derbyshire

South Hams

South Holland

South Kesteven

South Lakeland

South Norfolk

South Oxfordshire

South Ribble

South Somerset

South Staffordshire

Scarborough

Sedgemoor

Selby

Sevenoaks

Spelthorne

St Albans

Stafford

Staffordshire Moorlands

Stevenage

Stratford on Avon

Stroud

Surrey Heath

Swale

Tamworth

Tandridge

Teignbridge

Tendring

Test Valley

Tewkesbury

Thanet

Three Rivers

Tonbridge & Malling

Torridge

Tunbridge Wells

Uttlesford

Vale of White Horse

Warwick

Watford

Waverley

Wealden

Welwyn Hatfield

West Devon

West Lancashire

West Lindsey

West Oxfordshire

West Suffolk

Winchester

Woking

Worcester

Worthing

Wychavon

Wyre

Wyre Forest

Councils in Northern Ireland

Antrim and Newtownabbey Borough Council

Ards and North Down Borough Council

Armagh City, Banbridge and Craigavon Borough Council

Belfast City Council

Causeway Coast and Glens Borough Council

Derry City and Strabane District Council

Fermanagh and Omagh District Council - Enniskillen Office

Lisburn and Castlereagh City Council

Mid and East Antrim Borough Council

Mid Ulster District Council - Dungannon

Newry, Mourne and Down District Council

Transport Bodies in Northern Ireland

Translink

And any other Public Sector body in the UK with an interest in Transport, or any UK transport operator.

Any organisation must be a Member of SAM at the time that their Order from the Framework is signed.

six.4) Procedures for review

six.4.1) Review body

Smart Applications Management

Ground Floor 3 The Crescent

Plymouth

PL1 3AB

Email

procurement@nationalmobilitiesprocurementhub.co.uk

Country

United Kingdom

Internet address

https://www.talktosam.co.uk/nmph/