← Back to opportunities

Real-Time Display Framework

West Yorkshire Combined Authority

Buyer Contact Info

Buyer Name: West Yorkshire Combined Authority

Buyer Address: Wellington House, 40-50 Wellington Street, Leeds, UKE42, LS1 2DE, United Kingdom

Contact Name: Przemek Dudek

Contact Email: commercialteam@westyorks-ca.gov.uk

Contact Telephone: +44 01132517272

Status
active
Procedure
open
Value
15000000.0 GBP
Gross: 18000000 GBP
Published
28 Apr 2025, 14:33
Deadline
30 May 2025, 11:00
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
34000000 - Transport equipment and auxiliary products to transportation
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The Combined Authority is running this procurement process on its own behalf and on behalf of other Contracting Authorities, these include South Yorkshire Mayoral Combined Authority, York and North Yorkshire Combined Authority, City of York Council, North Yorkshire Council and Hull City Council. The Authorities are seeking to establish a single supply framework to provide real time information (RTI) technology to cover the public transport in their areas. The scope of the framework include Real-Time Display units and related services. The requirement includes and is not limited to battery powered RTI units that can be mounted to a typical bus stop pole and have a design that can be modified to suit branding requirements. Ideally, there would be other configurations of battery powered units, such as those that could be mounted inside existing bus shelters, but also options to include solar charging for battery powered units. The successful supplier should have sufficient experience and existing range of solutions that can meet tender’s specification and be able to supply on short lead times.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/017379-2025

Link Description: Tender notice on Find a Tender

Lots

Lot LOT-0000 Status: active

Lot LOT-0000 Value: GBP 15,000,000

Lot LOT-0000 Value (Gross): GBP 18,000,000

Lot LOT-0000 Contract Start: 2025-08-01T00:00:00Z

Lot LOT-0000 Contract End: 2029-07-31T23:59:59Z

Lot LOT-0000 SME Suitable: Yes

Lot LOT-0000 Award Criterion (quality): Functional/Non-Functional compliance (20%)

Lot LOT-0000 Award Criterion (quality): Service performance compliance including details of how this will be achieved (10%)

Lot LOT-0000 Award Criterion (quality): Environmental Impact (5%)

Lot LOT-0000 Award Criterion (quality): Meeting the travelling public’s needs (10%)

Lot LOT-0000 Award Criterion (quality): Transition, continuity and integration approach (10%)

Lot LOT-0000 Award Criterion (quality): Project management and reporting (5%)

Lot LOT-0000 Award Criterion (quality): Delivery and Health & Safety Management (10%)

Lot LOT-0000 Award Criterion (quality): Social Value (10%)

Lot LOT-0000 Award Criterion (price): Pricing schedule (20%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PHYG-7328-ZLQJ",
    "name": "West Yorkshire Combined Authority"
  },
  "date": "2025-04-28T15:33:28+01:00",
  "id": "017379-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04fe57",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Leeds",
        "postalCode": "LS1 2DE",
        "region": "UKE42",
        "streetAddress": "Wellington House, 40-50 Wellington Street"
      },
      "contactPoint": {
        "email": "commercialteam@westyorks-ca.gov.uk",
        "name": "Przemek Dudek",
        "telephone": "+44 01132517272"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.westyorks-ca.gov.uk"
      },
      "id": "GB-PPON-PHYG-7328-ZLQJ",
      "identifier": {
        "id": "PHYG-7328-ZLQJ",
        "scheme": "GB-PPON"
      },
      "name": "West Yorkshire Combined Authority",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tenderUpdate"
  ],
  "tender": {
    "aboveThreshold": true,
    "additionalProcurementCategories": [
      "services"
    ],
    "amendments": [
      {
        "description": "Submission deadline has been extended until 12 (noon) on 30th may 2025",
        "id": "017379-2025"
      }
    ],
    "awardPeriod": {
      "endDate": "2025-07-14T23:59:59Z"
    },
    "contractTerms": {
      "financialTerms": "Addressed in Appendix 5 Framework Agreement, Schedule 1 Call off Terms"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The Combined Authority is running this procurement process on its own behalf and on behalf of other Contracting Authorities, these include South Yorkshire Mayoral Combined Authority, York and North Yorkshire Combined Authority, City of York Council, North Yorkshire Council and Hull City Council. The Authorities are seeking to establish a single supply framework to provide real time information (RTI) technology to cover the public transport in their areas. The scope of the framework include Real-Time Display units and related services. The requirement includes and is not limited to battery powered RTI units that can be mounted to a typical bus stop pole and have a design that can be modified to suit branding requirements. Ideally, there would be other configurations of battery powered units, such as those that could be mounted inside existing bus shelters, but also options to include solar charging for battery powered units. The successful supplier should have sufficient experience and existing range of solutions that can meet tender\u2019s specification and be able to supply on short lead times.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-04-28T15:33:28+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "017379-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/017379-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-05-02T11:00:00+00:00"
    },
    "id": "RTI Framework",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "33952000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "LOT-0000",
        "relatedLot": "LOT-0000"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Functional/Non-Functional compliance",
              "numbers": [
                {
                  "number": 20,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Service performance compliance including details of how this will be achieved",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Environmental Impact",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Meeting the travelling public\u2019s needs",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Transition, continuity and integration approach",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Project management and reporting",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Delivery and Health \u0026 Safety Management",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Pricing schedule",
              "numbers": [
                {
                  "number": 20,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-07-31T23:59:59Z",
          "startDate": "2025-08-01T00:00:00Z"
        },
        "id": "LOT-0000",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "As per Invitation to tender document",
              "type": "economic"
            },
            {
              "description": "As per Invitation to tender document",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 15000000,
          "amountGross": 18000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "goods",
    "participationFees": [
      {
        "description": "There are no fees for using the framework",
        "id": "ocds-h6vhtk-04fe57",
        "type": [
          "win"
        ]
      }
    ],
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "riskDetails": "Appropriate performance of the displays Provision of service and maintenance in line with Schedule 6 Service Levels and Service Credits",
    "status": "active",
    "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=91567\u0026B=",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "buyerCategories": "The Combined Authority is running this procurement process on its own behalf and on behalf of other Contracting Authorities, these include Hull City Council, North Yorkshire Council, York and North Yorkshire Combined Authority, South Yorkshire Mayoral Combined Authority (SYMCA) and/or City of York Council.",
        "description": "The prices and charges payable for Call-off Services shall be the prices and charges listed in the Pricing Schedule, which unless expressly agreed in writing by the Authority shall remain fixed for the Term, however the Purchaser may allow, after the initial 2 (Two) Year period, the Supplier to review and adjust their prices, subject to a maximum increase equivalent to the Retail Price Index (RPI) adjustment. These revised prices will then remain fixed for the subsequent 2 (Two) Years of the framework. Where price increases cannot be agreed the contract price will revert back to the fixed position. The Purchaser and the Supplier may agree charges, in respect of any or all Call-off Services, that are lower than those in the Pricing Schedule.",
        "maximumParticipants": 1,
        "method": "withoutReopeningCompetition",
        "periodRationale": "N/A, framework term is 4 Years",
        "type": "open"
      },
      "hasFrameworkAgreement": true
    },
    "tenderPeriod": {
      "endDate": "2025-05-30T11:00:00+00:00"
    },
    "title": "Real-Time Display Framework",
    "value": {
      "amount": 15000000,
      "amountGross": 18000000,
      "currency": "GBP"
    }
  }
}