Transport for the North is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | IST Innovation Partnership |
Notice type: | Contract Notice |
Authority: | Transport for the North |
Nature of contract: | Services |
Procedure: | ???respondToList.procedureType.INNOVATION_PARTNERSHIP??? |
Short Description: | Transport for the North is inviting requests to participate from suppliers who may be able to meet its need for an innovative product or service to ‘Digitally connect transport actors to enable incentivisation of greener, shared and active mobility across the North of England’. Transport for the North is utilising a two-round Innovation Partnership procurement pursuant to regulation 31 Public Contracts Regulations 2015 as it does not believe its requirements can be met by an existing product or service in the market. |
Published: | 19/10/2020 12:48 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Transport for The North
2nd Floor Piccadilly Place, Manchester, Manchester, M1 3BN, United Kingdom
Tel. +44 7741118219, Email: ist@transportforthenorth.com
Contact: Simon Mahomed
Main Address: https://transportforthenorth.com
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Research-and-experimental-development-services./D52V38R235
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Sub National Transport Body
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: IST Innovation Partnership
Reference Number: Not provided
II.1.2) Main CPV Code:
73100000 - Research and experimental development services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Transport for the North is inviting requests to participate from suppliers who may be able to meet its need for an innovative product or service to ‘Digitally connect transport actors to enable incentivisation of greener, shared and active mobility across the North of England’. Transport for the North is utilising a two-round Innovation Partnership procurement pursuant to regulation 31 Public Contracts Regulations 2015 as it does not believe its requirements can be met by an existing product or service in the market.
II.1.5) Estimated total value:
Value excluding VAT: 8,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
48480000 - Sales, marketing and Business intelligence software package.
48600000 - Database and operating software package.
72000000 - IT services: consulting, software development, Internet and support.
50316000 - Maintenance and repair of ticket-issuing machinery.
48810000 - Information systems.
48217000 - Transaction-processing software package.
30144200 - Ticket-issuing machines.
30233300 - Smart card readers.
30200000 - Computer equipment and supplies.
48900000 - Miscellaneous software package and computer systems.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Transport for the North and its members are seeking an innovative product or service to digitally connect transport actors to enable incentivisation of greener, shared and active mobility across the North of England.
Transport for the North is utilising a two-round Innovation Partnership procurement pursuant to regulation 31 Public Contracts Regulations 2015 as it does not believe its requirements can be met by an existing product or service in the market.
The minimum requirements for the product or service are:
-can operate utilising current fares and fare policies;
-can operate with mobility service providers’ current technology stacks;
-must be deliverable within existing industry regulations, including Competition Act and State Aid law
-must be capable of being fully compliant with Data Protection and Privacy (GDPR) legislation, and capable of being compliant with ISO27001
-Payment card transactions must comply with payment card industry standards, where utilised
Transport for the North’s challenge statement for this procurement is to meet the following: Digitally connect transport actors to enable incentivisation of greener, shared and active mobility across the North of England.
In this context, ‘transport actors’ mean any component within a transport system, e.g. this could include but is not limited to travellers, employers, public authorities, commercial and non-commercial organisations, transport operators, vehicles, devices and systems;
‘greener’ means more environmentally sustainable and applies to either or both of ‘shared mobility’ (e.g. public transport, demand responsive travel, ferries) and ‘active mobility’, meaning human-powered mobility, e.g. running, walking and cycling.
‘incentive’ means a benefit provided to a traveller or other transport actor - this could include but is not limited to a financial benefit, time saving, accessibility benefit, or other in kind benefit.
The procurement process will involve:
-submission of a Selection Questionnaire from which down-selected suppliers will be invited to Round One.
-Round One involves a virtual demonstration and written submissions of solutions, from which down-selected suppliers will be invited to participate in Round Two.
-Round Two involves a period of funded R&D followed by a live demonstrator and submission of a tender specifying the suppliers’ proposals in more detail.
Successful supplier(s) may be invited to agree and enter into a contract for supply of the services, subject to successful approval of any allied business case to release longer term funding. The successful submission(s) will be a key component of the business case.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 8,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: There are 3 optional extension periods of up to 2 years each at the Customer’s discretion.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 12
Objective criteria for choosing the limited number of candidates: Please see procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Please see procurement document: Additional Information
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Minimum information on economic and financial standing will be required as part of the SQ response.
Minimum level(s) of standards possibly required (if applicable) :
Minimum information on economic and financial standing will be required as part of the SQ response.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Given the nature of the Innovation Procurement procedure and uncertain nature of solutions that will be produced by bidders, this cannot be completed in full at this stage. However, minimum performance criteria and maximum costs (articulated in terms of affordability) are outlined in the procurement documentation.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description INNOVATION_PARTNERSHIP
IV.1.1) Type of procedure:Innovation partnership
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/11/2020 Time: 16:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/12/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.TfN has adopted the use of a web-based ‘e-tendering’ tool: Delta to manage this procurement, therefore, your tender must be submitted by this means.
Any communication concerning this procurement must be submitted through Delta via https://www.delta-esourcing.com/
Organisations wishing to be considered for appointment as a provider of these services must submit a completed SQ in compliance with the instructions and within the prescribed deadline.
TfN reserves the right to: (i) withdraw from the procurement process; and/or (ii) not to award any contract as a result of the competition called for by this notice; and/ or (iii) to make whatever changes it may see fit to the structure, timing, dates and content of the competition. TfN shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process.
All discussions and meetings will be conducted in English. Tenders and supporting documents must be priced in Pound Sterling and all payments under the contract will be made in Pound Sterling.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Research-and-experimental-development-services./D52V38R235
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/D52V38R235
VI.4) Procedures for review
VI.4.1) Review body:
Transport for The North
2nd Floor Piccadilly Place, Manchester, Manchester, M1 3BN, United Kingdom
Tel. +44 7741118219, Email: ist@transportforthenorth.com
Internet address: www.transportforthenorth.com
VI.4.2) Body responsible for mediation procedures:
Transport for the North
2nd Floor Piccadilly Place, Manchester, Manchester, M1 3BN, United Kingdom
Tel. +44 7741118219, Email: ist@transportforthenorth.com
Internet address: www.transportforthenorth.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Transport for The North
2nd Floor Piccadilly Place, Manchester, Manchester, M1 3BN, United Kingdom
Tel. +44 7741118219, Email: ist@transportforthenorth.com
Internet address: www.transportforthenorth.com
VI.5) Date Of Dispatch Of This Notice: 19/10/2020
Annex A
View any Notice Addenda
UK-Manchester: Research and experimental development services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Transport for The North
2nd Floor Piccadilly Place, Manchester, Manchester, M1 3BN, United Kingdom
Tel. +44 7741118219, Email: ist@transportforthenorth.com
Contact: Simon Mahomed
Main Address: https://transportforthenorth.com
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: IST Innovation Partnership Reference number: Not Provided
II.1.2) Main CPV code:
73100000 - Research and experimental development services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Transport for the North is inviting requests to participate from suppliers who may be able to meet its need for an innovative product or service to ‘Digitally connect transport actors to enable incentivisation of greener, shared and active mobility across the North of England’. Transport for the North is utilising a two-round Innovation Partnership procurement pursuant to regulation 31 Public Contracts Regulations 2015 as it does not believe its requirements can be met by an existing product or service in the market.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 27/10/2020
VI.6) Original notice reference:
Notice Reference: 2020 - 237780
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 27/10/2020
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: I.3
Lot No: Not provided
Place of text to be modified: Access Code
Instead of: D52V38R235
Read: 65TT974DXJ
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. TfN has adopted the use of a web-based ‘e-tendering’ tool: Delta to manage this procurement, therefore, your tender must be submitted by this means.
Organisations wishing to be considered for appointment as a provider of these services must submit a completed SQ in compliance with the instructions and within the prescribed deadline. TfN reserves the right to: (i) withdraw from the procurement process; and/or (ii) not to award any contract as a result of the competition called for by this notice; and/ or (iii) to make whatever changes it may see fit to the structure, timing, dates and content of the competition. TfN shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Research-and-experimental-development-services./D52V38R235
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/D52V38R235
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Transport for The North
2nd Floor Piccadilly Place, Manchester, Manchester, M1 3BN, United Kingdom
Tel. +44 7741118219, Email: ist@transportforthenorth.com
Contact: Simon Mahomed
Main Address: https://transportforthenorth.com
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Other type:: Sub National Transport Body
I.5) Main activity:
Other activity: Facilitation of Public Transport Services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: IST Innovation Partnership
Reference number: Not Provided
II.1.2) Main CPV code:
73100000 - Research and experimental development services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Transport for the North is inviting requests to participate from suppliers who may be able to meet its need for an innovative product or service to ‘Digitally connect transport actors to enable incentivisation of greener, shared and active mobility across the North of England’. Transport for the North is utilising a two-round Innovation Partnership procurement pursuant to regulation 31 Public Contracts Regulations 2015 as it does not believe its requirements can be met by an existing product or service in the market.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s):
48480000 - Sales, marketing and Business intelligence software package.
48600000 - Database and operating software package.
72000000 - IT services: consulting, software development, Internet and support.
50316000 - Maintenance and repair of ticket-issuing machinery.
48810000 - Information systems.
48217000 - Transaction-processing software package.
30144200 - Ticket-issuing machines.
30233300 - Smart card readers.
30200000 - Computer equipment and supplies.
48900000 - Miscellaneous software package and computer systems.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Transport for the North and its members are seeking an innovative product or service to digitally connect transport actors to enable incentivisation of greener, shared and active mobility across the North of England.
Transport for the North is utilising a two-round Innovation Partnership procurement pursuant to regulation 31 Public Contracts Regulations 2015 as it does not believe its requirements can be met by an existing product or service in the market.
The minimum requirements for the product or service are:
-can operate utilising current fares and fare policies;
-can operate with mobility service providers’ current technology stacks;
-must be deliverable within existing industry regulations, including Competition Act and State Aid law
-must be capable of being fully compliant with Data Protection and Privacy (GDPR) legislation, and capable of being compliant with ISO27001
-Payment card transactions must comply with payment card industry standards, where utilised
Transport for the North’s challenge statement for this procurement is to meet the following: Digitally connect transport actors to enable incentivisation of greener, shared and active mobility across the North of England.
In this context, ‘transport actors’ mean any component within a transport system, e.g. this could include but is not limited to travellers, employers, public authorities, commercial and non-commercial organisations, transport operators, vehicles, devices and systems;
‘greener’ means more environmentally sustainable and applies to either or both of ‘shared mobility’ (e.g. public transport, demand responsive travel, ferries) and ‘active mobility’, meaning human-powered mobility, e.g. running, walking and cycling.
‘incentive’ means a benefit provided to a traveller or other transport actor - this could include but is not limited to a financial benefit, time saving, accessibility benefit, or other in kind benefit.
The procurement process will involve:
-submission of a Selection Questionnaire from which down-selected suppliers will be invited to Round One.
-Round One involves a virtual demonstration and written submissions of solutions, from which down-selected suppliers will be invited to participate in Round Two.
-Round Two involves a period of funded R&D followed by a live demonstrator and submission of a tender specifying the suppliers’ proposals in more detail.
Successful supplier(s) may be invited to agree and enter into a contract for supply of the services, subject to successful approval of any allied business case to release longer term funding. The successful submission(s) will be a key component of the business case.
II.2.5) Award criteria:
Not Provided
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
II.2.14) Additional information: Please see procurement document: Additional Information
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Innovation Partnership
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 1-237780
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: Yes
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2020 - 237780
Section VI: Complementary information
VI.3) Additional information: This contract has not been awarded and as previously stipulated by the previous notice TfN reserves the right to: (i) withdraw from the procurement process; and/or (ii) not to award any contract as a result of the competition called for by this notice; and/ or (iii) to make whatever changes it may see fit to the structure, timing, dates and content of the competition. TfN shall not be liable for any costs or expenses incurred by any candidates.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=563623839
VI.4) Procedures for review
VI.4.1) Review body
Transport for The North
2nd Floor Piccadilly Place, Manchester, Manchester, M1 3BN, United Kingdom
Tel. +44 7741118219, Email: ist@transportforthenorth.com
Internet address: www.transportforthenorth.com
VI.4.2) Body responsible for mediation procedures
Transport for the North
2nd Floor Piccadilly Place, Manchester, Manchester, M1 3BN, United Kingdom
Tel. +44 7741118219, Email: ist@transportforthenorth.com
Internet address: www.transportforthenorth.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Transport for The North
2nd Floor Piccadilly Place, Manchester, Manchester, M1 3BN, United Kingdom
Tel. +44 7741118219, Email: ist@transportforthenorth.com
Internet address: www.transportforthenorth.com
VI.5) Date of dispatch of this notice: 25/01/2021