Section one: Contracting entity
one.1) Name and addresses
WEST MIDLANDS TRAINS LIMITED
BIRMINGHAM
Contact
Simon Aldridge
Country
United Kingdom
Region code
UKG - West Midlands (England)
Companies House
098604466
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
http://redirect.transaxions.com/events/sozBo
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Revenue Management System
Reference number
WMT 3297
two.1.2) Main CPV code
- 72320000 - Database services
two.1.3) Type of contract
Services
two.1.4) Short description
West Midlands Trains (WMT) sell a range of Advance tickets to manage demand effectively and optimise revenue. Currently WMT has a revenue management system (RMS), the contract for which ends in June 2023. WMT are looking to identify the optimal RMS provider to partner with beyond this date.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
West Midlands Trains (WMT) sell a range of Advance tickets to manage demand effectively and optimise revenue. Currently WMT has a revenue management system (RMS), the contract for which ends in June 2023. WMT are looking to identify the optimal RMS provider to partner with beyond this date.
The chosen supplier will provide a system which enables WMT to optimally manage their Advance Purchase fares to balance supply with demand on each train service while maximising revenue. The system will need to have accurate forecasting capability and combine this with a sophisticated optimiser to automatically set Advance ticket allocations.
The system will need to support the revenue management analysts in their roles by offering a range of advanced features while maintaining ease of use. It will need to integrate with existing systems used by WMT and allow effective analysis through data extraction and reporting functionality.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The duration of the term will be 36 months plus an option for a short extension to 30/09/26 if required to the end of the National Rail Contract.
Any Contract entered into will be subject to a break clause effective at the end of / termination of the National Rail Contract initial core term (15/09/24) which WMT has with the DfT.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Interested parties should contract the named person by email at Section I.1 to register interest and request the Prequalification Questionnaire which shall be required to be completed by the time limit for receipt of expressions of interest at Section IV.2.2
Scoring Matrix
The PQQ scoring will be as follows:-
SCORE GIVEN - QUALITATIVE GUIDANCE - SHORT GUIDANCE
0 - Question not answered or answer is irrelevant. - Not answered/irrelevant.
1 - Weak: Insufficient information to enable evaluation or contains major shortcomings or errors to make it non-compliant. - Worst in class/errors in submission.
2 - Below Satisfactory: partially compliant answer but with obvious deficiencies. Brief or incomplete answers with little or no supporting detail or wholly generic answer. - Below
industry standard.
3 - Satisfactory: Answer meets the minimum requirements but lack convincing supporting
detail to give confidence that they will meet requirements. Some attempt to provide relevant
answers not generic. - In line with industry standard.
4 - Good: Thorough response with relevant supporting detail and evidence to give
confidence that the requirements will be met. Tailored answers. - Above industry standard.
5 - Excellent: Comprehensive and well-structured response with excellent supporting evidence. Wholly bespoke for the protect and demonstrates exceptional understanding of the requirements. - Market leading.
SCORING PROCESS Where Yes is the required answer:
YES = PASS
NO = FAIL
WMT will assess additional information provided by the interested parties who select NO, but have additional information to justify their selection.
Where NO is the required answer
NO = PASS
YES = FAIL
WMT will assess additional information provided by the interested parties who select YES, but have additional information to justify their selection.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 November 2022
Local time
5:00pm
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: 6 (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 invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Department for Transport
Great Minster House, 33 Horseferry Road
London
SW1P 4DR
Country
United Kingdom