Section one: Contracting authority
one.1) Name and addresses
West of England Combined Authority
70 Redcliff Street
Bristol
BS1 6AL
commercial@westofengland-ca.gov.uk
Country
United Kingdom
Region code
UKK11 - Bristol, City of
Internet address(es)
Main address
https://www.westofengland-ca.org.uk/
Buyer's address
https://www.westofengland-ca.org.uk/
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Provision of Mobility as a Service (MaaS) solution
Reference number
DN583133
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
The West of England Combined Authority (WECA) Future Transport Zone (FTZ) is a £28m innovation programme aiming to improve the integration of public transport across the West of England.
Our vision for MaaS is to deliver a regional journey planning, booking, ticketing, payment and information solution covering Bristol, Bath and North East Somerset, South Gloucestershire, and North Somerset.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,824,415.38
two.2) Description
two.2.2) Additional CPV code(s)
- 34980000 - Transport tickets
- 71311200 - Transport systems consultancy services
two.2.3) Place of performance
NUTS codes
- UKK11 - Bristol, City of
- UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
two.2.4) Description of the procurement
TThe West of England Combined Authority (WECA) Future Transport Zone (FTZ) is a £28m innovation programme aiming to improve the integration of public transport across the West of England.
Our vision for MaaS is to deliver a regional journey planning, booking, ticketing, payment and information solution covering Bristol, Bath and North East Somerset, South Gloucestershire, and North Somerset. The selected supplier will work closely with WECA, the local authorities listed above, local transport providers and other key
stakeholders to deliver the MaaS solution.
Through a collaborative and agile approach, we seek for a minimum-viable product (MVP) to
be initially delivered, with additional functionality to be introduced during the life of the
project. Key functionality we expect (either at MVP stage or during the life of the project)
includes:
- Customer facing mobile phone application and website
- Multi-modal journey planner
- Ticket booking and payment (single operator and multi-modal)
- Ability to offer bundled mobility packages and capped ticketing.
- Account based payments
- The ability to provide mobility credits, rewards and incentives
- Technical integration with local transport operators
- Web based analytics interface
- Customer support desk
- Support desk for WECA and transport operators
two.2.5) Award criteria
Quality criterion - Name: Customer Centric thinking / Weighting: 6
Quality criterion - Name: Customer Journey & accessibility / Weighting: 10
Quality criterion - Name: MVP Functionality / Weighting: 10
Quality criterion - Name: MVP Delivery / Weighting: 10
Quality criterion - Name: MaaS Service & Operations / Weighting: 10
Quality criterion - Name: Full Product & Future Enhancements / Weighting: 6
Quality criterion - Name: Working with MSPs / Weighting: 6
Quality criterion - Name: Customer Payments & MSP settlements / Weighting: 6
Quality criterion - Name: Collaborative Delivery / Weighting: 6
Quality criterion - Name: Delivery Team / Weighting: 6
Quality criterion - Name: Monitoring & Evaluation / Weighting: 4
Quality criterion - Name: Social Value & Incentivisation / Weighting: 6
Quality criterion - Name: Testing the Solution / Weighting: 4
Quality criterion - Name: Data reporting/sharing / Weighting: 4
Quality criterion - Name: Information and system security / Weighting: 6
Price - Weighting: 25
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-007411
Section five. Award of contract
Contract No
DN583133
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 December 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Worldline IT Services UK Limited
1 Technology Drive, Beeston
Nottingham
NG9 1LA
Country
United Kingdom
NUTS code
- UKK11 - Bristol, City of
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,824,415.38
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
WC1A 2LL
Country
United Kingdom