Tender

Provision of Revenue Management System

  • WEST MIDLANDS TRAINS LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-029364

Procurement identifier (OCID): ocds-h6vhtk-0376d0

Published 18 October 2022, 5:32pm



Section one: Contracting entity

one.1) Name and addresses

WEST MIDLANDS TRAINS LIMITED

BIRMINGHAM

Contact

Simon Aldridge

Email

simon.aldridge@wmtrains.co.uk

Country

United Kingdom

Region code

UKG - West Midlands (England)

Companies House

098604466

Internet address(es)

Main address

www.westmidlandsrailway.co.uk

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