Contract notice

Information

Published

Expire date: 05/01/2025

External Reference: 2024-548555

FTS Reference: 2024-037829

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

West Yorkshire Combined Authority
8876556
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
UK
Telephone: +44 01132517272
NUTS code:  UKE4 -  West Yorkshire
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=86907&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Bus Reform Technology Partner
II.1.2)

Main CPV code

71311200  -  Transport systems consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

In order to deliver Bus Reform, WYCA needs to undertake a variety of technology changes across many business areas to enable the transition from the current enhanced partnership into the proposed franchising scheme. These changes, collectively form several complex technology projects which carry many risks. Unless managed correctly, these have the potential to threaten overall Bus Reform delivery within the required timescales.
The Combined Authority has mobilised a dedicated transition team to oversee and manage the transition from the current deregulated environment to the franchised network. The core team supports the delivery of identified work, which is spread across five different workstreams. These workstreams draw on resource from across the organisation in various capacities to manage and control the delivery of work.
The five workstreams are:
• Assets
• Data
• Network Planning and Management
• Customer
• Contracting
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

71311200  -  Transport systems consultancy services
71600000  -  Technical testing, analysis and consultancy services
72222000  -  Information systems or technology strategic review and planning services
72222100  -  Information systems or technology strategic review services
72222300  -  Information technology services
72228000  -  Hardware integration consultancy services
II.2.3)

Place of performance

NUTS code:  UKE4 -  West Yorkshire
II.2.4)

Description of the procurement

In order to deliver Bus Reform, WYCA needs to undertake a variety of technology changes across many business areas to enable the transition from the current enhanced partnership into the proposed franchising scheme. These changes, collectively form several complex technology projects which carry many risks. Unless managed correctly, these have the potential to threaten overall Bus Reform delivery within the required timescales.
The Combined Authority has mobilised a dedicated transition team to oversee and manage the transition from the current deregulated environment to the franchised network. The core team supports the delivery of identified work, which is spread across five different workstreams. These workstreams draw on resource from across the organisation in various capacities to manage and control the delivery of work.
The five workstreams are:
• Assets
• Data
• Network Planning and Management
• Customer
• Contracting
This contract will form part of the Data Workstream. Further information on the governance, structure and project management delivery method of the Bus Franchising Programme can be found in Appendix 1A - Bus Reform Technology Partner – Additional Information, Appendix 1B - WYCA Team Structures and Appendix 1C – Risk Management Strategy.
The Combined Authority employs a Digital & Technology Service (DTS) of around 40 staff who oversee the full range of software, hardware, support and change management responsibilities. The preference is to use DTS to resource the Bus Reform technology programme where possible, but to mitigate the risks of an absence of skills, knowledge or capacity, a Bus Reform Technology Partner (BRTP) should be appointed and be in contract from early 2025.
DTS works closely with several internal service areas, these include the Research & Intelligence function which provides expertise in the management and exploitation of data and a dedicated information and a Bus Reform Programme team.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  70%
Cost criterion  -  Name:  Cost  /  Weighting:  30%
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 30
This contract is subject to renewal: yes
Description of renewals:  
2 x 12Months optional extensions available
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  23/12/2024
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  23/12/2024
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
London
UK