Section one: Contracting authority
one.1) Name and addresses
Transport for Wales
3 Llys Cadwyn, Taff Street
Pontypridd
CF37 4TH
Contact
Lewis Evans
Telephone
+44 2921673434
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etenderwales.bravosolution.co.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Transport Related Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
TfW - C000732.00 - Welsh Bus Data Services
Reference number
C000732.00
two.1.2) Main CPV code
- 72300000 - Data services
two.1.3) Type of contract
Services
two.1.4) Short description
TfW is looking to procure the services of Supplier(s) for Welsh Bus Data Services which is split into the following Lots:
- Lot 1 Welsh Bus Data Service - Receive, store, process and share operational and financial data about buses in Wales.
- Lot 2 Welsh Bus Display Board Content Management System - Manages public service messages, real time information and other content for transmission to display boards.
two.1.5) Estimated total value
Value excluding VAT: £11,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lots 1 and 2
two.2) Description
two.2.1) Title
Welsh Bus Display Board Content Management System
Lot No
2
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48800000 - Information systems and servers
- 48810000 - Information systems
- 48625000 - Open systems operating systems
- 48627000 - Real-time operating system software package
- 48813000 - Passenger information system
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72200000 - Software programming and consultancy services
- 72210000 - Programming services of packaged software products
- 72212000 - Programming services of application software
- 72212670 - Real time operating system software development services
- 72300000 - Data services
- 72310000 - Data-processing services
- 72320000 - Database services
- 72330000 - Content or data standardization and classification services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Wales and Borders
two.2.4) Description of the procurement
The Welsh Bus Display Board Content Management System (WBDCMS) will simplify the operational management of displays by implementing a standard interface with all displays which are compliant with the Real Time Integration Group’s CMS to Display interface specification.
An example of the benefits of this service will be giving local authorities the flexibility to procure the right display for the right location, confident that they will be able to issue public service messages across all the displays without having to procure and manage separate, proprietary content management systems from each display provider.
Lot 2 Welsh Bus Display Board Content Management System - will provide a means to send public service messages, real time information and other content to new displays procured from the associated framework and to existing displays where they can be upgraded to interface with the CMS.
This service will interface with the Welsh Bus Data Service and will negate the need for individual local authorities to procure separate real time information engines and content management systems for their localities.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further period of up to 2 years to be reviewed on a 1+1 basis at TfW's sole discretion.
two.2.10) Information about variants
Variants will be accepted: Yes
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
All ITT documentation can be accessed through the eTenderWales portal (https://etenderwales.bravosolution.co.uk/home.html)
Project_50832
itt_96282
two.2) Description
two.2.1) Title
Welsh Bus Data Service (WBDS)
Lot No
1
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48800000 - Information systems and servers
- 48810000 - Information systems
- 48625000 - Open systems operating systems
- 48627000 - Real-time operating system software package
- 48813000 - Passenger information system
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72200000 - Software programming and consultancy services
- 72210000 - Programming services of packaged software products
- 72212000 - Programming services of application software
- 72212670 - Real time operating system software development services
- 72300000 - Data services
- 72310000 - Data-processing services
- 72320000 - Database services
- 72330000 - Content or data standardization and classification services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Wales and Borders
two.2.4) Description of the procurement
The aim of the Welsh Bus Data Service (WBDS) is to improve the quality and availability of information about buses in Wales for passengers, public sector decision makers, third party data services, researchers and other data consumers.
The successful supplier will offer innovative and cost-effective solutions to improve and maintain data quality and will be capable of extending the service to support other transport modes and active travel if required.
Examples of the benefits of this service will be access to real time prediction of bus arrival times for all bus stops in Wales and demonstrably secure systems and processes for handling confidential data used to support the planning of bus services.
Lot 1 Welsh Bus Data Service will provide a system and service to receive, store, process and share operational and financial data about buses in Wales. This means TfW can use the information to inform delivery of bus projects and can provide data to third party apps for journey planning, to local authorities for contract management, to services such as the BES payment and reconciliation portal and to Welsh Government to help to inform policy making.
This service will replace and upgrade the systems that Traveline use for bus data collection and management so that all parties can be assured of the quality of the data that is being provided.
Lot 1 also has 5 additional option packages that Tenderers are required to bid and price against:
- Option 1 – Managed Service
- Option 2 – Analytics Package
- Option 3 – Managing Data for Other Modes
- Option 4 - Bus Operations Room
- Option 5 - Integration with TfW API Gateway
Further details and specific requirements can be found in Volume 5 of this ITT. TfW will evaluate these priced options as described in Volume 7 of this ITT but may or may not purchase them at the time of Award of Contract.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further period of up to 2 years on a 1+1 basis at TfW's sole discretion
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Lot 1 also has 5 additional option packages that Tenderers are required to bid and price against:
- Option 1 – Managed Service
- Option 2 – Analytics Package
- Option 3 – Managing Data for Other Modes
- Option 4 - Bus Operations Room
- Option 5 - Integration with TfW API Gateway
Further details and specific requirements can be found in Volume 5 of this ITT. TfW will evaluate these priced options as described in Volume 7 of this ITT but may or may not purchase them at the time of Award of Contract.
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
All ITT documentation can be accessed through the eTenderWales portal (https://etenderwales.bravosolution.co.uk/home.html)
Project_50832
itt_96282
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
Please refer to ITT Tender Documentation
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 ITT Tender Documentation
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Date
14 September 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
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)
four.2.7) Conditions for opening of tenders
Date
14 September 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2029 if extension options are utilised
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Tender Documentation will be available via eTenderWales at:
https://etenderwales.bravosolution.co.uk/home.html
Please refer to Project_50832 and ITT_96282 to obtain the Tender Documentation.
Any Tender queries and responses and any circulars that may be issued during the Tender period are to be communicated exclusively via the eTenderWales Portal only. All responses will be shared with all Tenderers unless the query is deemed confidential or commercially sensitive.
Please ensure that any enquiries/clarifications raised via eTenderWales are free of any identifiable information, such as their name or the name of their company.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=123005
(WA Ref:123005)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom