Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Ms Kate Fabricant
Telephone
+44 3330136394
Country
United Kingdom
Region code
UKH3 - Essex
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Home/About
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Home/About
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
CO0391 - Modernising Passenger Transport
Reference number
DN693794
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
This procurement is for an enhanced travel planning and Digital Demand Responsive Transport (DDRT) platform to replace the current TravelEssex App and enable the wider modernisation of passenger transport through improved customer service, network planning and information.
The tender can be accessed via this link: https://procontract.due-north.com/Login
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 73000000 - Research and development services and related consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Essex County Council seeks to procure a Travel Planner and Digital Demand Responsive Transport (DDRT) Solution (the ‘Solution’) to replace the current TravelEssex App and enable the wider modernisation of passenger transport through improved customer service, enhanced journey planning and information. The Solution is considered a MaaS platform and will enable the addition of further functionality, modules or integrations over time under the Agreement (subject to funding), via Continuous Improvement, Additional Services and/or Change Control Notice.
The Supplier must provide a Travel Planner which is available in two ways:
(1) a web based Travel Planner, which will be seamlessly embedded on the TravelEssex website (www.TravelEssex.co.uk) and other websites.
(2) a TravelEssex App, integrating the journey planning data in item 1 with DDRT in order to enable booking and payment for existing, and future, flexible transport services such as ECC’s DigiGo service.
ECC is therefore undertaking a Restricted tender under FTS procedures for a rolling contract term with contract review points as detailed within the tender documentation. Please note that the minimum contract term is 4 years.
Please note Consortiums are encouraged and welcome to bid.
The tender can be accessed via this link: https://procontract.due-north.com/Login
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 55
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
This is a rolling contract term with contract review points as detailed within the tender documentation. Please note that the minimum contract term is 4 years and will continue on a rolling basis until termination as set out in the tender documentation.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The restricted procedure, under which a selection of 5 suppliers will be made from
those who respond to the advertisement and only they are invited to submit a tender
for the contract in the second stage. However, Essex County Council may reserve the right to take through more than 5 Suppliers should the outcome from the first stage result in a tie.
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-030328
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 January 2025
Local time
10:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 January 2025
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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom