Tender for Travel Information System Solution
Dynamic Road Network Efficiency and Travel Information System Solution. Transport for Greater Manchester.UK-Manchester: IT services: consulting, software development, Internet and support
2013/S 019-028702
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Transport for Greater Manchester
Procurement, Transport for Greater Manchester, 2 Piccadilly Place
For the attention of: Julian Benson
M1 3BG Manchester
UNITED KINGDOM
Telephone: +44 1612441158
E-mail: julian.benson@tfgm.com
Internet address(es):
General address of the contracting authority: www.tfgm.com
Address of the buyer profile: www.tfgm.com
Further information can be obtained from: ProContract e-Tendering Tool
MUST USE ProContract AT URL LISTED BELOW.
Manchester
UNITED KINGDOM
Internet address: www.thechest.nwce.gov.uk/procontract/supplier.nsf
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: ProContract e-Tendering Tool
MUST USE ProContract AT URL LISTED BELOW.
Manchester
UNITED KINGDOM
Internet address: www.thechest.nwce.gov.uk/procontract/supplier.nsf
Tenders or requests to participate must be sent to: ProContract e-Tendering Tool
MUST USE ProContract AT URL LISTED BELOW.
Manchester
UNITED KINGDOM
Internet address: www.thechest.nwce.gov.uk/procontract/supplier.nsf
Section II: Object of the contract
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Greater Manchester and Supporting Areas.
NUTS code UKD
The required solution will include (but will not be limited to):
– System design;
– System hosting;
– Back-office system hardware, software and resilience;
– Model office;
– A multi-modal passenger information system,including both static and real-time data;
– Publication of data to an open source information exchange;
– Online journey planning tool;
– Mobile apps (applications);
– SMS and other messaging to mobile phone media;
– Internet media;
– Active traffic management of the highway network;
– Traffic signal priority measures (initially for the local bus network);
– Service performance management systems;
– Operational control platform;
– Services to implement, test, maintain and operate the required solution.
The solution will integrate data from a variety of data sources including (but will not be limited to): real-time data (from Bus, Rail, Tram, Highway or other); static data (from Bus, Rail, Tram, Highway or other); scheduled public transport information; road activities data; emergency services; CCTV and ANPR data; passive sensors and automatic traffic counter data; event data; car park data and; transport cost data. Since additional data sources may be identified following an initial implementation, the solution must have the capability to easily import, process, validate and publish additional data sources (and data formats) during the life of the contract.
TfGM will have the unilateral right to extend the scope of the solution to cover operational control services. Any such extension in scope of the solution will be upon terms and conditions that will be negotiated as part of the procurement process and will accordingly be a product of that competitive process.
72000000, 48813000, 48000000, 48800000
Range: between 7 000 000 and 15 000 000 GBP
Description of these options: TfGM will have the unilateral option to:
– extend the term of the contract for up to an additional 48 months (120 month maximum term);
– implement an extension of the solution to incorporate operational control services. The terms of an extension of the solution will be negotiated as part of the procurement referred to in this notice and will be a product of that original competition.
Number of possible renewals: 1
Section III: Legal, economic, financial and technical information
As per contract documentation
Information, formalities and necessary requirements to be met will be set out in a pre-qualification questionnaire which can be obtained together with instructions from TfGM as described in Annex A.1.
Information, formalities and necessary requirements to be met will be set out in a pre-qualification questionnaire which can be obtained together with instructions from TfGM as described in Annex A.1.
Information and formalities necessary for evaluating if requirements are met:
Information, formalities and necessary requirements to be met will be set out in a pre-qualification questionnaire which can be obtained together with instructions from TfGM as described in Annex A.1.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Scoring of each submission in accordance with the approach and criteria as detailed in the tender documentation.
Prior information notice
Notice number in the OJEU: 2012/S 202-332241 of 19.10.2012
Section VI: Complementary information
www.thechest.nwce.gov.uk/procontract/supplier.nsf Any submissions that are not submitted by the ProContract e-tendering tool will be disqualified.
Contract to be governed by English Law.
TfGM expressly reserves the right:
I. not to award any contract as a result of the procurement process commenced by the publication of this notice;
II. to make whatever changes it may see fit to the content and structure of the tendering competition;
III. to amend (a) contract(s) in respect of any part(s) of the services covered by this notice; and
IV. to award contract(s) in stages,
and in no circumstances will TfGM be liable for any costs incurred by candidates.
Variant bids may be permissible within the parameters to be set out in the tender documentation.
A Dynamic Road Network Efficiency and Travel Information System Solution ‘Bidders Open-Day’ will be hosted at the TfGM offices at 2 Piccadilly Place, Manchester
M1 3BG on the 19.2.2013 and will include a short presentation on the scope and timeframe of the procurement process. Please contact julian.benson@tfgm.com in order to register an intention to attend.
Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5), as amended, provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must be brought promptly (generally within three months). If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months. Where a contract has not been entered into, the Court may order the setting aside of the award decision
or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:24.1.2013