Real Time Information Framework Contract
The Real Time Information Group Digital Framework Contract.
United Kingdom-Liverpool: IT services: consulting, software development, Internet and support
2015/S 159-292509
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Merseytravel
1 Mann Island
Contact point(s): Support
L3 1BP Liverpool
UNITED KINGDOM
Telephone: +44 0000000000
E-mail: tender@merseytravel.gov.uk
Internet address(es):
General address of the contracting authority: www.ritg.org.uk
Address of the buyer profile: www.merseytravel.gov.uk
Electronic access to information: https://www.the-chest.org.uk
Electronic submission of tenders and requests to participate: https://www.the-chest.org.uk
Further information can be obtained from: Merseytravel
1 Mann Island
Contact point(s): Support
L3 1BP Liverpool
UNITED KINGDOM
E-mail: tender@merseytravel.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Merseytravel
1 Mann Island
Contact point(s): Support
L3 1BP Liverpool
UNITED KINGDOM
E-mail: tender@merseytravel.gov.uk
Tenders or requests to participate must be sent to: Merseytravel
1 Mann Island
Contact point(s): Support
L3 1BP Liverpool
UNITED KINGDOM
E-mail: tender@merseytravel.gov.uk
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
Real Time Information Group (Members) as Detailed in Section II 1.5)
No 1 Mann Island
L3 1BP Liverpool
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
Service category No 5: Telecommunications services
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
Number of participants to the framework agreement envisaged: 1
Duration of the framework agreement
Duration in years: 4
Justification for a framework agreement, the duration of which exceeds four years: N/A.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 500 000 and 2 500 000 GBP
Frequency and value of the contracts to be awarded: Not known; will only be used as and when required.
II.1.5)Short description of the contract or purchase(s)
The essential requirement is that Members or their Agents should be able to contract for services in a way that enables them to implement fully-featured information and communication systems in support of public transport operations. The Services cover, generically wireless communications network services suitable for carrying Internet Protocol (IP) data traffic. This includes both long range (eg. GPRS, 3G, LTE) and medium range (eg. Wi-Fi), but not short range (eg. NFC) technologies. RTIG recognises and accepts that the network boundary (i.e. the point at which the Services begin) may vary depending on the Contractor’s architecture and business model — for instance, it could be the air interface, a contractor provided SIM, an internet port, a switch port, etc. Suppliers are expected to be able to deliver to the majority of RTIG members, which in practice means substantial coverage of the UK.
RTIG was established in 2000 to provide a focus for all those involved in UK bus RTI. We now have a comprehensive remit to cover the effective and efficient use of technology in the interests of passenger transport users, operators and sponsors.
RTIG has a wide membership drawn from UK local authorities, bus and rail operators and system suppliers.
The current list of members is not an exhaustive list and subject to change. An updated list of members can be provided upon request at any point throughout the term of the framework.
Below is current list of members that are to be included in this framework, all listed members of the RTIG will be able to call off from this framework.
1. Aberdeenshire Council,
2. Actia (UK) Ltd,
3. AECOM Ltd,
4. Almex,
5. Arriva Passenger Services,
6. Atkins Transport Systems,
7. Brighton and Hove City Council,
8. Bristol City Council,
9. Cardiff County Council,
10. Centaur Consulting Ltd,
11. Centro,
12. CH2M Hill,
13. City of Edinburgh Council,
14. ConsaT Telematics AB,
15. Dorset County Council,
16. Essex County Council,
17. Ferrograph,
18. First Group,
19. Glasgow City Council,
20. GMV Sistemas SAU,
21. GreenRoad Technologies Ltd,
22. Hampshire County Council,
23. Hanover Displays,
24. Hogia Public Transport Systems AB,
25. IBI Group,
26. Icomera UK Ltd,
27. Idox Software Ltd,
28. Imtech,
29. INEO Systrans,
30. Infotec Ltd,
31. INIT GmbH,
32. ITO World,
33. IVU Traffic Technologies UK Ltd,
34. J Murdoch Wight Ltd,
35. Kent County Council,
36. Lincolnshire County Council,
37. Lothian Buses PLC,
38. MDV,
39. Merseytravel,
40. Metro (West Yorkshire PTE),
41. Mobihub Ltd,
42. Mobius Networks Ltd,
43. National Transport Authority, Ireland,
44. Nexus,
45. Nexus Alpha Ltd,
46. Nimbus Journey Information,
47. North-East Lincolnshire Council,
48. Nottingham City Council,
49. Nottinghamshire County Council,
50. Omnibus Solutions Ltd,
51. Oxfordshire County Council,
52. Parkeon,
53. Reading Borough Council,
54. Region Services Ltd,
55. Sestran,
56. SilverRail JP UK Ltd,
57. South Yorkshire PTE,
58. Southampton City Council,
59. Staffordshire County Council,
60. Stagecoach Group PLC,
61. Suffolk County Council,
62. TfL — London Buses,
63. Thetis S.P.A,
64. Ticketer,
65. Transport for Greater Manchester,
66. Transport Research Centre,
67. Trapeze ITS (UK) Ltd,
68. Traveline,
69. VIX Technology Ltd,
70. West Berkshire Council,
71. White Young Green,
72. Wokingham District Council,
73. Worldline IT Services UK Ltd.
II.1.6)Common procurement vocabulary (CPV)
72000000, 32000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The essential requirement is that Members or their Agents should be able to contract for services in a way that enables them to implement fully-featured information and communication systems in support of public transport operations. The services cover generically wireless communications network services suitable for carrying Internet Protocol (IP) data traffic. This includes both long range (eg. GPRS, 3G, LTE) and medium range (eg. Wi-Fi), but not short range (eg. NFC) technologies. RTIG recognises and accepts that the network boundary (i.e. the point at which the services begin) may vary depending on the Contractor’s architecture and business model — for instance, it could be the air interface, a contractor provided SIM, an internet port, a switch port, etc. Suppliers are expected to be able to deliver to the majority of RTIG members, which in practice means substantial coverage of the UK.
RTIG was established in 2000 to provide a focus for all those involved in UK bus RTI. We now have a comprehensive remit to cover the effective and efficient use of technology in the interests of passenger transport users, operators and sponsors.
RTIG has a wide membership drawn from UK local authorities, bus and rail operators and system suppliers.
The current list of members is not an exhaustive list and subject to change. An updated list of members can be provided upon request at any point throughout the term of the framework.
Below is current list of members who will be able to call off from this framework:
1. Aberdeenshire Council,
2. Actia (UK) Ltd,
3. AECOM Ltd,
4. Almex,
5. Arriva Passenger Services,
6. Atkins Transport Systems,
7. Brighton and Hove City Council,
8. Bristol City Council,
9. Cardiff County Council,
10. Centaur Consulting Ltd,
11. Centro,
12. CH2M Hill,
13. City of Edinburgh Council,
14. ConsaT Telematics AB,
15. Dorset County Council,
16. Essex County Council,
17. Ferrograph,
18. First Group,
19. Glasgow City Council,
20. GMV Sistemas SAU,
21. Green Road Technologies Ltd,
22. Hampshire County Council,
23. Hanover Displays,
24. Hogia Public Transport Systems AB,
25. IBI Group,
26. Icomera UK Ltd,
27. Idox Software Ltd,
28. Imtech,
29. INEO Systrans,
30. Infotec Ltd,
31. INIT GmbH,
32. ITO World,
33. IVU Traffic Technologies UK Ltd,
34. J Murdoch Wight Ltd,
35. Kent County Council,
36. Lincolnshire County Council,
37. Lothian Buses PLC,
38. MDV,
39. Merseytravel,
40. Metro (West Yorkshire PTE),
41. Mobihub Ltd,
42. Mobius Networks Ltd,
43. National Transport Authority, Ireland,
44. Nexus,
45. Nexus Alpha Ltd,
46. Nimbus Journey Information,
47. North- East Lincolnshire Council,
48. Nottingham City Council,
49. Nottinghamshire County Council.
50. Omnibus Solutions Ltd,
51. Oxfordshire County Council,
52. Parkeon,
53. Reading Borough Council,
54. Region Services Ltd,
55. Sestran
56. Silver Rail JP UK Ltd,
57. South Yorkshire PTE,
58. Southampton City Council,
59. Staffordshire County Council,
60. Stagecoach Group PLC,
61. Suffolk County Council,
62. TfL — London Buses,
63. Thetis S.P.A,
64. Ticketer,
65. Transport for Greater Manchester,
66. Transport Research Centre,
67. Trapeze ITS (UK) Ltd,
68. Traveline.
69. VIX Technology Ltd,
70. West Berkshire Council,
71. White Young Green,
72. Wokingham District Council,
73. Worldline IT Services UK Ltd.
Estimated value excluding VAT:
Range: between 500 000 and 2 500 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
Please refer to the procurement documents which are available at www.the-chest.org.uk
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to the Procurement documents which are available at www.the-chest.org.uk
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Please refer to the procurement documents which are available atwww.the-chest.org.uk
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to the procurement documents which are available atwww.the-chest.org.uk
Minimum level(s) of standards possibly required: Please refer to the procurement documents which are available at www.the-chest.org.uk
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the procurement documents which are available at www.the-chest.org.uk
Minimum level(s) of standards possibly required:
Please refer to the procurement documents which are available at www.the-chest.org.uk
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 6 months before the end of contract.
VI.2)Information about European Union funds
VI.3)Additional information
1. Aberdeenshire Council
2. Actia (UK) Ltd,
3. AECOM Ltd,
4. Almex
5. Arriva Passenger Services,
6. Atkins Transport Systems,
7. Brighton and Hove City Council,
8. Bristol City Council,
9. Cardiff County Council,
10. Centaur Consulting Ltd,
11. Centro
12. CH2M Hill,
13. City of Edinburgh Council,
14. ConsaT Telematics AB,
15. Dorset County Council,
16. Essex County Council,
17. Ferrograph First Group,
18. Glasgow City Council,
19. GMV Sistemas SAU,
20. Green Road Technologies Ltd,
21. Hampshire County Council,
22. Hanover Displays,
23. Hogia Public Transport Systems,
24. ABIBI Group,
25. Icomera UK Ltd,
26. Idox Software Ltd,
27. Imtech,
28. INEO Systrans,
29. Infotec Ltd,
30. INIT GmbH,
31. ITO World
32. IVU Traffic Technologies UK Ltd,
33. J Murdoch Wight Ltd,
34. Kent County Council,
35. Lincolnshire County Council,
36. Lothian Buses PLC,
37. MDV Mersey Travel,
38. Metro (West Yorkshire PTE),
39. Mobihub Ltd,
40. Mobius Networks Ltd,
41. National Transport Authority, Ireland,
42. Nexus,
43. Nexus Alpha Ltd,
44. Nimbus Journey Information,
45. North-East Lincolnshire Council,
46. Nottingham City Council,
47. Nottinghamshire County Council,
48. Omnibus Solutions Ltd,
49. Oxfordshire County Council,
50. Parkeon,
51. Reading Borough Council,
52. Region Services Ltd,
53. Sestran Silver Rail JP UK Ltd,
54. South Yorkshire PTE,
55. Southampton City Council,
56. Staffordshire County Council,
57. Stagecoach Group PLC,
58. Suffolk County Council,
59. TfL-London BusesThetis S.P.A,
60. Ticketer Transport for Greater Manchester,
61. Transport Research Centre,
62. Trapeze ITS (UK) Ltd,
63. Traveline VIX Technology Ltd,
64. West Berkshire Council,
65. White Young Green,
66. Wokingham District Council,
67. Worldline IT Services UK Ltd.
VI.5)Date of dispatch of this notice: