Tender

TfW - C000732.00 - Welsh Bus Data Services

  • Transport for Wales

F02: Contract notice

Notice identifier: 2022/S 000-019326

Procurement identifier (OCID): ocds-h6vhtk-035226

Published 14 July 2022, 4:48pm



Section one: Contracting authority

one.1) Name and addresses

Transport for Wales

3 Llys Cadwyn, Taff Street

Pontypridd

CF37 4TH

Contact

Lewis Evans

Email

Procurement@tfw.wales

Telephone

+44 2921673434

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://tfw.wales/

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