Transport for the North: IST Innovation Partnership

  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
Please note this opportunity is not yet open for responses. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile. If you require further assistance, please use the Contact Us form.

View Full Notice

UK-Manchester: Research and experimental development services.
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

IST Innovation Partnership

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

UK-Manchester: Research and experimental development services.

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