Tender

Real-Time Display Framework

  • West Yorkshire Combined Authority

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-017379

Procurement identifier (OCID): ocds-h6vhtk-04fe57

Published 7 April 2025, 4:44pm

Last edited 28 April 2025, 3:33pm

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Submission deadline has been extended until 12 (noon) on 30th may 2025

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

2 May 2025, 12:00pm

Tender submission deadline

30 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

This table contains award criteria for this lot
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


Contracting authority

West Yorkshire Combined Authority

  • Public Procurement Organisation Number: PHYG-7328-ZLQJ

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

United Kingdom

Contact name: Przemek Dudek

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