Mobile Ticketing and Ticket Vending Services Framework
ITSO Framework – Multiple Lots. Development of mobile phone based application(s) to allow purchase and collection of ITSO and other ticketing products.
United Kingdom-Plymouth: Transport systems consultancy services
2016/S 234-427239
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
South West Smart Applications Ltd
3 The Crescent
For the attention of: Mr James Bloor
PL1 3AB Plymouth
United Kingdom
Telephone: +44 1752977445
E-mail: procurement@swsal.co.uk
Internet address(es):
Address of the buyer profile: http://www.swsal.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Dorset County Council
County Hall, Colliton Park
DT1 1XJ Dorchester
United Kingdom
Gloucestershire County Council
Shire Hall, Westgate Street
GL1 2TG Gloucester
United Kingdom
Lincolnshire County Council
County Offices, Newland
LN1 1YL Lincoln
United Kingdom
Norfolk County Council
County Hall, Martineau Lane
NR1 2DH Norwich
United Kingdom
Torbay Council
Town Hall, Castle Circus
TQ1 3DR Torquay
United Kingdom
Wiltshire Council
County Hall, Bythesea Road
BA14 8JN Trowbridge
United Kingdom
Bristol City Council
City Hall (formerly The Council House), College Green
BS1 5TR Bristol
United Kingdom
Borough of Poole Council
Civic Centre
BH15 2RU Poole
United Kingdom
Bournemouth Borough Council
Town Hall, Bourne Avenue
BH2 6DY Bournemouth
United Kingdom
Somerset County Council
County Hall
TA1 4DY Taunton
United Kingdom
Devon County Council
County Hall, Topsham Road
EX2 4QD Exeter
United Kingdom
Bath and North East Somerset Council
Lewis House, Manvers Street
BA1 1JG Bath
United Kingdom
Cornwall Council
County Hall, Treyew Road
TR1 3AY Truro
United Kingdom
West Berkshire Council
Council Offices, Market Street
RG14 5LD Newbury
United Kingdom
Welsh Government
Cathays Park
CF10 3NQ Cardiff
United Kingdom
Nottingham City Council
Loxley House, Station Street
NG2 3NG Nottingham
United Kingdom
Leicester City Council
City Hall, 115 Charles Street
LE1 1FZ Leicester
United Kingdom
Any current or future SWSAL Local Authority or Passenger Transport Executive Member in England including: Bedford Council, Blackburn Council, Blackpool Council, Bracknell Forest Council, Brighton and Hove City Council, Buckinghamshire County, Cambridgeshire County, Central Bedfordshire County Council, Centro West Midlands PTE, Cheshire Local Authorites: Cheshire West and Chester Cheshire East Halton Warrington, City of York Council, Council of the Isles of Scilly, Cumbria County, Darlington Borough Council, Derby City Council, Derbyshire County Council, Durham County Council, East Riding of Yorkshire Council, East Sussex County Council, Essex County Council, Hampshire County Council, Hartlepool Council, Hertfordshire County Council, Isle of Wight Council, Kent County Council, Kingston Upon Hull, Lancashire County Council, Leicester City Council, Leicestershire County Council, Lincolnshire County Council, London Councils, Luton Borough Council, Medway Council, Merseytravel PTE, Metro (West Yorkshire PTE), Middlesbrough Council, Milton Keynes Council, Nexus (Tyne and Wear PTE), Norfolk County, North East Lincolnshire Council, North Lincolnshire Council, North Yorkshire Council, Northamptonshire County Council, Northumberland County Council, Nottingham City, Nottinghamshire County Council, Oxfordshire County Council, Peterborough City Council, Portsmouth City Council, Reading Borough Council, Rutland County Council, Shropshire Council, Slough Borough Council, South Yorkshire PTE, Southampton City Council, Southend-on-Sea Borough Council, Staffordshire County Council, Stockton Council, Stoke-on-Trent City Council, Suffolk County Council, Surrey County Council, Swindon Borough Council, Tees Valley Combined Authority, Telford & Wrekin Council, The Royal Borough of Windsor and Maidenhead, Thurrock Council, Transport for Greater Manchester PTE, Warwickshire County Council, West Sussex County Council, Wokingham Borough Council, Worcestershire County Council
3 The Crescent
PL1 3AB Plymouth
United Kingdom
Any current or future SWSAL Local Authority Member in Wales including: Blaenau Gwent County Borough Council, Bridgend County Borough Council, Caerphilly County Borough Council, The City of Cardiff Council, Carmarthenshire County Council, Ceredigion County Council, Conwy County Borough Council, Denbighshire County Council, Flintshire County Council, Gwynedd Council, Isle of Anglesey County Council, Merthyr Tydfil County Borough Council, Monmouthshire County Council, Neath Port Talbot County Borough Council, Newport City Council, Pembrokeshire County Council, Powys County Council, Rhondda Cynon Taf County Borough Council, City and County of Swansea, Torfaen County Borough Council, Vale of Glamorgan Council, Wrexham County Borough Council
3 The Crescent
PL1 3AB Plymouth
United Kingdom
Any current or future SWSAL Local Authority member in Scotland including: Aberdeen City Council, Aberdeenshire Council, Angus Council, Argyll and Bute Council, Edinburgh City Council, Clackmannanshire Council, Dumfries and Galloway Council, Dundee City Council, East Ayrshire Council, East Dunbartonshire Council, East Lothian Council, East Renfrewshire Council, Falkirk Council, Fife Council, Glasgow City Council, Highland Council, Inverclyde Council, Midlothian Council, Moray Council, Comhairle nan Eilean Siar (Western Isles Council), North Ayrshire Council, North Lanarkshire Council, Orkney Islands Council, Perth and Kinross Council, Renfrewshire Council, Scottish Borders Council, Shetland Islands Council, South Ayrshire Council, South Lanarkshire Council, Stirling Council, West Dunbartonshire Council, West Lothian Council
3 The Crescent
PL1 3AB Plymouth
United Kingdom
North Somerset Council
Town Hall, Walliscote Grove Road
BS23 1UJ Weston-super-Mare
United Kingdom
Plymouth City Council
Ballard House, West Hoe Road
PL1 3BJ Plymouth
United Kingdom
Swindon Borough Council
Civic Offices, Euclid Street
SN1 2JH Swindon
United Kingdom
South Gloucestershire Council
Badminton Road, Yate
BS37 5AF Bristol
United Kingdom
Herefordshire Council
Plough Lane
HR4 0LE Hereford
United Kingdom
Scottish Government (Transport Scotland acting on behalf of Scottish Ministers)
Buchanan House, 58 Port Dundas Road
G4 0HF Glasgow
United Kingdom
Any current or future Local Authority, other Public Sector and Operator SWSAL Member (a list of current Members is available on request)
3 The Crescent
PL1 3AB Plymouth
United Kingdom
Any existing or future members that are Scottish bus, air, rail, tram, subway or ferry operators (a list of current companies is available on request)
c/o Transport Scotland, Buchanan House, 58 Port Dundas Road
G4 0HF Glasgow
United Kingdom
Any existing or future members that are Scottish Regional Transport Partnerships
3 The Crescent
PL1 3AB Plymouth
United Kingdom
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: England, Wales and Scotland. It is SWSAL’s intention to make contracts / framework agreements available to other public bodies, Integrated Transport Authorities, public transport providers and any other SWSAL.
Member in the UK to utilise.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 60
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 440 500 and 967 500 GBP
II.1.5)Short description of the contract or purchase(s)
— ITSO Ticket Vending Machines (TVM);
— Mobile Ticketing Application;
— Transit Settlement System for an ITSO STR;
— ITSO Part 11 Solutions.
II.1.6)Common procurement vocabulary (CPV)
71311200 – TA36, 72224000 – TA36, 34980000 – TA36, 30144200 – TA36, 42991230 – TA36, 30123100 – TA36, 50316000 – TA36,50317000 – TA36
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one lot only
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 440 500 and 967 500 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: ITSO Ticket Vending Machines (TVM)
1)Short description
2)Common procurement vocabulary (CPV)
34980000 – TA36, 30144200 – TA36, 30123100 – TA36, 50316000 – TA36, 50317000 – TA36
3)Quantity or scope
Range: between 243 000 and 405 000 GBP
Lot No: 2 Lot title: Mobile Ticketing Applications
1)Short description
2)Common procurement vocabulary (CPV)
34980000 – TA36, 42991230 – TA36, 30144200 – TA36, 50316000 – TA36
3)Quantity or scope
Range: between 37 500 and 62 500 GBP
Lot No: 3 Lot title: Transit Settlement System for an ITSO STR
1)Short description
2)Common procurement vocabulary (CPV)
34980000 – TA36, 71311200 – TA36, 72224000 – TA36
3)Quantity or scope
Range: between 100 000 and 250 000 GBP
Lot No: 4 Lot title: ITSO Part 11 Solutions
1)Short description
2)Common procurement vocabulary (CPV)
34980000 – TA36, 30233300 – TA36, 42991230 – TA36, 72266000 – TA36
3)Quantity or scope
Range: between 60 000 and 250 000 GBP
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As per contract documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As per contract documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Per lot as per procurement documentation.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 048-083545 of 10.3.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
Reference to project(s) and/or programme(s): Some call offs from the Framework may be made using ERDF funding.
VI.3)Additional information
Relevant documentation including the Pre-Qualification Questionnaire and contractual documentation can be obtained fromwww.swsal.co.uk/procurement
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
United Kingdom
VI.4.2)Lodging of appeals
Proceedings must be brought within 30 days of the date on which the supplier knew or ought to have known of the breach of the duty owed to it by the contracting authority unless the court considers that there is good reason for extending the period within which proceedings can be brought.
VI.4.3)Service from which information about the lodging of appeals may be obtained
High Court of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Contract for Volunteer Driver Service Durham
Tender for Card Management Services
Supply of Smartcard Media Devices
Supply of Plastic Identity Cards to Environment Agency