Opportunity

CO0125 Travel Information Website

  • Essex County Council

F02: Contract notice

Notice reference: 2022/S 000-018883

Published 11 July 2022, 11:42am



The closing date and time has been changed to:

10 August 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Ms Georgia Micallef

Email

georgia.micallef@essex.gov.uk

Telephone

+44 3330321901

Country

United Kingdom

NUTS code

UKH3 - Essex

Internet address(es)

Main address

https://www.essex.gov.uk/

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=19e7a729-f3e0-ec11-8115-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=19e7a729-f3e0-ec11-8115-005056b64545

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

CO0125 Travel Information Website

Reference number

DN615135

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

Essex County Council’s (ECC) aim is to increase the number of people travelling by bus. Our research shows that the cognitive load required to switch from car to bus is high in Essex. This procurement is part of a wider project to improve access to information so bus and non-bus users can easily make sustainable choices, as outlined in ECC’s Bus Strategy, the Bus Service Improvement Plan (BSIP) and Enhanced Partnership Scheme.

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

The website will be developed to provide seamless access to all bus information, journey planning tools, maps, bus stop information, school transport provision, English National Concessionary Travel Scheme (ENCTS) passes and ticket information. It will provide residents with a choice over private forms of transport, such as car. For current bus users it would show the latest changes to their services. For a new resident, or someone who has no knowledge of bus services in Essex, this website will provide one site for them to self-serve for information.

The website will also have a secure area which will improve how Education Transport, Adult Social Care Transport, Children Social Care Transport and Local Bus information is shared between ECC and bus and taxi operators. Transport suppliers will be able to self-service information relevant only to them. This approach will improve security, improve communication between operational teams and suppliers, and reduce officer time spent sending information manually.

The successful supplier will be asked to work with stakeholders to develop a bus webpage which provides seamless access to all bus information, journey planning tools, maps, bus stop information, school transport provision, English Nation Concessionary Travel Scheme passes and ticket information. It should act as a front end, bringing together data which is stored across different physical locations/servers across Essex’s diverse make-up of Operators and Central/Local government sites.

The Portal will also need to work across multiple platforms, including mobile, desktop and tablet. It should be compliant with accessibility requirements for public sector bodies and should be developed in line with the government service standard.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Social Value / Weighting: 20

Price - Weighting: 40

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

A contract is to be formed for an initial term of four years, with the option to extend by three terms of two years each. This allows for a maximum term of ten years. The renewal may be tendered any year after year 4 of contract.

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

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

The shortlisted suppliers will be those top 5 scoring suppliers from the first stage of this restricted procurement, the Standard Selection Questionnaire (SSQ). Further detail can be found in the relevant bidder guidance documents.

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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: 2021/S 000-027174

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

Originally published as:

Date

5 August 2022

Local time

12:00pm

Changed to:

Date

10 August 2022

Local time

12:00pm

See the change notice.

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom