Tender

Real-Time Passenger Transport Information 2025-2029

  • Hampshire County Council

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

Notice identifier: 2025/S 000-017708

Procurement identifier (OCID): ocds-h6vhtk-04ea09 (view related notices)

Published 29 April 2025, 3:46pm



Scope

Reference

UN23241

Description

Hampshire County Council is seeking to procure a new Framework for the supply, installation, and commissioning of a Real-Time Passenger Transport (RTPI) system and associated equipment, including the option of maintenance for up to 10 years from commencement of the Framework. This aligns with the life expectancy for a display.

The Framework will be opened up nationally (to England, Scotland and Wales) for all contracting authorities to utilise the Framework subject to the signing of an Access Agreement.

For the County Council, the Framework will establish a Service Interface for Real-time Information (SIRI) link with the County Council's existing Central System (CS). SIRI is an interface standard for exchanging information about planned, current or predicted public transport information between different computer systems. These SIRI links will enable the transfer of this information to a new Content Management System (CMS) for dissemination out to various types of Electronic Displays.

For participating authorities there will be two options. If they are already part of the County Council's existing CS, then they will be able to adopt the same approach as the County Council. If they are not part of the County Council's existing CS then the Framework will include the option for them to procure a CS, a CMS and various types of Electronic Displays.

Since the award of the current RTPI framework procured in August 2021, and continuing from previous deployments in Hampshire, the RTPI system has expanded to handle direct links from bus operators' tracking systems. These direct links provide the tracking data for the Central System to calculate and relay bus arrival times to 500 electronic displays (also procured and operated under the Framework) located at bus stations, bus stops and transport interchange hubs.

The system not only provides RTPI but integrates other multi modal transport information, including live train departure information, service disruption information and also provides RTPI to Traveline and other public transport journey planning websites and apps.

RTPI will continue to play a major role in providing live travel information to the travelling public, both through public transport infrastructure improvements and the digitalisation of services. Timely and accessible public transport information is seen as key to making public transport services commercially sustainable and, as a result, reducing the need for bus subsidy payment.

Commercial tool

Establishes a framework

Total value (estimated)

  • £80,000,000 excluding VAT
  • £96,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 October 2025 to 30 September 2029
  • 4 years

Main procurement category

Services

CPV classifications

  • 48813200 - Real-time passenger information system
  • 45233293 - Installation of street furniture
  • 45316210 - Installation of traffic monitoring equipment
  • 48800000 - Information systems and servers
  • 50000000 - Repair and maintenance services

Contract locations

  • UKC - North East (England)
  • UKD - North West (England)
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKM5 - North Eastern Scotland
  • UKM7 - Eastern Scotland
  • UKM8 - West Central Scotland
  • UKM9 - Southern Scotland
  • UKL1 - West Wales and the Valleys
  • UKL14 - South West Wales
  • UKL2 - East Wales

Justification for not using lots

Lotting is deemed not appropriate for our proposed solution as the Council prefers a single supplier for the requirements for efficiency, interoperability and management purposes.


Framework

Maximum number of suppliers

1

Maximum percentage fee charged to suppliers

2%

Further information about fees

2% per order charge will be placed on any authorities using the framework at the point of placing an order and will be invoiced accordingly.

Framework operation description

The Framework will be awarded to a single supplier for a 4-year period allowing for the placing of orders as and when required, subject to available funding. All contracting authorities who wish to utilise the Framework will be subject to the signing of an Access Agreement.

Award method when using the framework

Without competition

Contracting authorities that may use the framework

This framework will be open for use by all Local Authorities in England, Scotland and Wales. This will include all successor bodies as a result of Local Authority changes which may result as part of Local Government Reorganisation.

Contracting authority location restrictions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKM5 - North Eastern Scotland
  • UKM7 - Eastern Scotland
  • UKM8 - West Central Scotland
  • UKM9 - Southern Scotland
  • UKL - Wales
  • UKL1 - West Wales and the Valleys
  • UKL14 - South West Wales
  • UKL2 - East Wales

Submission

Enquiry deadline

28 May 2025, 5:00pm

Tender submission deadline

5 June 2025, 2:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 August 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Price criterion 1

Price evaluation - this will be evaluated on a straight line basis.

Price 70.00%
Quality criterion 1

Q3: Battery Powered RTPI Displays

Quality 10.00%
Quality criterion 2

Q5: Other Electronic Displays

Quality 5.00%
Quality criterion 3

Q6: Content Management System (CMS)

Quality 5.00%
Quality criterion 4

Q7: Central System (CS)

Quality 5.00%
Quality criterion 5

Q8: SIRI Data Feeds

Quality 5.00%

Other information

Payment terms

As per the Framework Agreement Terms and Conditions, a purchase order will be raised through our internal payment system and on receipt of a valid undisputed invoice, this will be paid within 30 days.

Description of risks to contract performance

Small market

This is a specialist market with limited providers that can deliver this service. If no bids were received, work would be undertaken to understand why this has occurred. Providing that a substantial change to the original tender documents has not been required to secure a service provider, a request for a direct award would be made. Market engagement has been undertaken to make potential bidders aware of the services and when the tender may be available.

Devolution/LGR

The government wants all remaining two-tier areas in England to be eventually restructured into single-tier unitary authorities and is termed Local Government Reform (LGR). This reorganisation is part of a broader devolution strategy to simplify local government structures, save public funds, and improve local accountability. LGR will impact the County of Hampshire as it currently operates a two-tier Local Government structure.

It is anticipated, that during the life of this framework, the LGR process will commence and/or progress potentially impacting this framework and the call-off contracts awarded from it. Impacts most likely will include, novations of the legal entities you may contract with. There are assignment clauses within the framework agreement that allow us to assign, novate etc. the agreements to another body.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Hampshire County Council

  • Public Procurement Organisation Number: PBHM-7586-PWLP

The Castle

WINCHESTER

SO23 8UJ

United Kingdom

Region: UKJ36 - Central Hampshire

Organisation type: Public authority - sub-central government