Notice Information
Notice Title
ICT13013: Procurement of iBus2 Services
Notice Description
TfL is responsible for managing London's bus network. To meet the demands of London's bus network now and in the future and ensure its continued and effective management, TfL is seeking to procure automatic vehicle location and performance management services (iBus2 Services). The iBus2 Services will support Transport for London and its Operators for all contracted service vehicles (which at the date of this notice include Buses and Trams and which may extend to other vehicles (such as riverboats) in TfL's network) across Greater London by providing real time passenger information and vehicle location information to relevant stakeholders and interfacing systems. The iBus2 Services will facilitate service control and emergency response and will integrate with the existing voice radio system, ticketing and performance management systems. The iBus2 Services will also provide the data collection and calculation of the mileage and reliability performance data that enables payments to Operators. The iBus2 Services must also be able to support fleet evolution, which will include the provision of monitoring and control facilities for zero emission/alternative fuel source vehicles, and bus safety equipment introduced under the Bus Safety Standard or new or upgraded facilities required to support TfL's contracted service vehicles. The iBus2 Services should enable the introduction of new ITxPT compliant assets onto vehicles; advances in networking technologies (such as vehicle to everything) and voice and data communications; vehicle location technologies; integration with other strategic systems; and integration with TfL's video management systems (including streaming, remote control, digital evidence capture and video analytics). The iBus2 Services should also be able to facilitate alternative service control operations including demand response, dynamic scheduling and the introduction of AI based decision support tools. This procurement will be separated as follows: (i) Lot 1 in respect of On-bus Services (as described in the procurement documents): Lot 1A and Lot 1B will each account for approximately 50% of the total volume of vehicles on which TfL requires On-bus Services to be installed and maintained (approximately 4,500 vehicles); and (ii) Lot 2, in respect of Back Office Services (as described in the procurement documents).
Lot Information
Lot 1A - On-bus Services
TfL is seeking to appoint up to two (2) suppliers to provide supply, installation and maintenance services in respect of the hardware deployed on each vehicle (On-bus Services). Each of Lot 1A and Lot 1B will account for approximately 50% of the total volume of vehicles on which TfL requires On-bus Services to be provided (approximately 4,500 vehicles for each of Lot 1A and Lot 1B). The services have been grouped into logical service components which will cover the following key areas detailed below: - the provision of the physical location of vehicles; - the provision of a graphical representations of the current bus route and relevant vehicle location; - the provision of various audio and visual safety alerts to drivers, passengers and integration with the intelligent speed adaptation solution; - the provision of passenger communications and service announcements in respect of destinations, the next stop, and safety messages; - integration with the digital mobile radio solution to enable voice communications between drivers and operator service controllers; - the capture of certain vehicle data and transmission to the Lot 2 Back Office Services; - the acceptance of, activation and updating of reference data; - the provision of a service control function to facilitate interactions between the Lot 1A and Lot 1B On-bus Services with the Lot 2 Back Office Services; - the provision of an IT service desk integrated with TfL's IT service desk to facilitate the provision of engineering services for ongoing maintenance of the hardware assets installed on each vehicle; and - the provision of a standard suite of service management in line with standard ITIL processes. If a Bidder is seeking to: (i) provide the On-bus Services in respect of approximately 50% of the total volume of vehicles, Bidders will only be required to submit a single bid for Lot 1 (On-bus Services) and TfL will evaluate such bids in accordance with the provisions of the ITPD; or (ii) provide the On-bus Services in respect of 100% of the total volume of vehicles, Bidders will be required to submit, in addition to their individual submission in limb (i) above, a combined bid (as further described in the ITPD) and TfL will evaluate such individual bids and combined bids in accordance with the provisions of the ITPD.
Options: TfL has included within the Requirements functionality for deploying the iBus2 Services to Trams as well as an iBus2 Light version to Buses. TfL may, at its sole discretion not award a Contract for the provision of this functionality.
Renewal: TfL expect to award a contract for the provision of Lot 1A and Lot 1B for an Initial Term of ten (10) years from the Operational Commencement Date. TfL shall be able, at its sole discretion, to extend the agreement for additional periods of twelve (12) months provided the maximum term of the agreement does not exceed twenty (20) years from the Operational Commencement Date.
Lot 1B - On-bus ServicesTfL is seeking to appoint up to two (2) suppliers to provide supply, installation and maintenance services in respect of the hardware deployed on each vehicle (On-bus Services). Each of Lot 1A and Lot 1B will account for approximately 50% of the total volume of vehicles on which TfL requires On-bus Services to be provided (approximately 4,500 vehicles for each of Lot 1A and Lot 1B). The services have been grouped into logical service components which will cover the following key areas detailed below: - the provision of the physical location of vehicles; - the provision of a graphical representations of the current bus route and relevant vehicle location; - the provision of various audio and visual safety alerts to drivers, passengers and integration with the intelligent speed adaptation solution; - the provision of passenger communications and service announcements in respect of destinations, the next stop, and safety messages; - integration with the digital mobile radio solution to enable voice communications between drivers and operator service controllers; - the capture of certain vehicle data and transmission to the Lot 2 Back Office Services; - the acceptance of, activation and updating of reference data; - the provision of a service control function to facilitate interactions between the Lot 1A and Lot 1B On-bus Services with the Lot 2 Back Office Services; - the provision of an IT service desk integrated with TfL's IT service desk to facilitate the provision of engineering services for ongoing maintenance of the hardware assets installed on each vehicle; and - the provision of a standard suite of service management in line with standard ITIL processes. If a Bidder is seeking to: (i) provide the On-bus Services in respect of approximately 50% of the total volume of vehicles, Bidders will only be required to submit a single bid for Lot 1 (On-bus Services) and TfL will evaluate such bids in accordance with the provisions of the ITPD; or (ii) provide the On-bus Services in respect of 100% of the total volume of vehicles, Bidders will be required to submit, in addition to their individual submission in limb (i) above, a combined bid (as further described in the ITPD) and TfL will evaluate such individual bids and combined bids in accordance with the provisions of the ITPD.
Options: TfL has included within the Requirements functionality for deploying the iBus2 Services to Trams as well as an iBus2 Light version to Buses. TfL may, at its sole discretion not award a Contract for the provision of this functionality.
Renewal: TfL expect to award a contract for the provision of Lot 1A and Lot 1B for an Initial Term of ten (10) years from the Operational Commencement Date. TfL shall be able, at its sole discretion, to extend the agreement for additional periods of twelve (12) months provided the maximum term of the agreement does not exceed twenty (20) years from the Operational Commencement Date.
Lot 2: Back Office ServicesTfL is seeking to appoint a Supplier to provide the supply, installation and maintenance services in respect of the back office element of the iBus2 Services. The Back Office Services have been grouped into logical Service Components which will cover the following: - the provision of system integration and configuration services to facilitate the end to end operation of the On-bus Services and the Back Office Services (together with other TfL systems); - the collection of reference data from source systems (provided either by TfL or other third parties) and the subsequent creation, collation, distribution and management of such reference data; - the calculation of performance metrics in respect of each bus operating company using the bus location provided by the On-bus Services and the Reference Data; - the processing of near real time data to enable the calculation and distribution of data items including arrival predictions, headway between vehicles and traffic light priority requests; - the provision of a service control function providing service controllers with the tools to monitor, control and affect the Bus Services, including applying diversions and curtailments, and then disseminating these to the On-bus Services; - the collation of vehicle arrival predictions by stop, and dissemination via an API; - the provision of arrival predictions via a short code SMS messages to customers; - the provision of operational reporting of performance data to enable the calculation of payments due to bus operating companies; - the provision of a toolset to create, host and maintain virtual signs, showing real time information, that is shared and accessed via an URL; - the provision of an IT service desk integrated with TfL's IT service desk to facilitate the provision of the Back Office Services; - the provision of a standard suite of service management in line with standard ITIL processes; and - the provision of a messaging that covers the creation of customer messaging to either supplement or supplant arrival predictions, disseminated via the real time information API. If a Bidder is seeking to: - provide only the Back Office Services, Bidders will be required to submit a single bid for Lot 2 (Back Office Services) and TfL will evaluate such bids in accordance with the provisions of the ITPD; or - provide the Back Office Services together with Lot 1A and/or Lot 1B, Bidders will be required to submit, in addition to their individual submission in limb (i) above (and in respect of Lot1), a combined bid (as further described in the ITPD) and TfL will evaluate such individual bids and combined bids in accordance with the provisions of the ITPD.
Renewal: TfL expect to award a contract for the provision of Lot 2 for an Initial Term of ten (10) years from the Operational Commencement Date. TfL shall be able, at its sole discretion, to extend the agreement for additional periods of twelve (12) months provided the maximum term of the agreement does not exceed twenty (20) years from the Operational Commencement Date.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02a70c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008091-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialogue
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
42 - Industrial machinery
48 - Software package and information systems
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
32323500 - Video-surveillance system
32427000 - Network system
34923000 - Road traffic-control equipment
34970000 - Traffic-monitoring equipment
42961300 - Vehicle location system
48610000 - Database systems
48627000 - Real-time operating system software package
48800000 - Information systems and servers
51611100 - Hardware installation services
63712000 - Support services for road transport
71311200 - Transport systems consultancy services
72000000 - IT services: consulting, software development, Internet and support
72210000 - Programming services of packaged software products
72222300 - Information technology services
72230000 - Custom software development services
72240000 - Systems analysis and programming services
72250000 - System and support services
72260000 - Software-related services
72310000 - Data-processing services
72400000 - Internet services
Notice Value(s)
- Tender Value
- £395,000,000 £100M-£1B
- Lots Value
- £395,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Apr 20214 years ago
- Submission Deadline
- 26 May 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR LONDON
- Contact Name
- Mr Jud Broscombe-Walker
- Contact Email
- ibus2commercial@tfl.gov.uk
- Contact Phone
- +44 2070385063
Buyer Location
- Locality
- LONDON
- Postcode
- E20 1JN
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI41 Hackney and Newham
- Delivery Location
- TLI London
-
- Local Authority
- Newham
- Electoral Ward
- Stratford Olympic Park
- Westminster Constituency
- Stratford and Bow
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02a70c-2021-04-16T15:53:26+01:00",
"date": "2021-04-16T15:53:26+01:00",
"ocid": "ocds-h6vhtk-02a70c",
"initiationType": "tender",
"tender": {
"id": "ICT13013",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ICT13013: Procurement of iBus2 Services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "TfL is responsible for managing London's bus network. To meet the demands of London's bus network now and in the future and ensure its continued and effective management, TfL is seeking to procure automatic vehicle location and performance management services (iBus2 Services). The iBus2 Services will support Transport for London and its Operators for all contracted service vehicles (which at the date of this notice include Buses and Trams and which may extend to other vehicles (such as riverboats) in TfL's network) across Greater London by providing real time passenger information and vehicle location information to relevant stakeholders and interfacing systems. The iBus2 Services will facilitate service control and emergency response and will integrate with the existing voice radio system, ticketing and performance management systems. The iBus2 Services will also provide the data collection and calculation of the mileage and reliability performance data that enables payments to Operators. The iBus2 Services must also be able to support fleet evolution, which will include the provision of monitoring and control facilities for zero emission/alternative fuel source vehicles, and bus safety equipment introduced under the Bus Safety Standard or new or upgraded facilities required to support TfL's contracted service vehicles. The iBus2 Services should enable the introduction of new ITxPT compliant assets onto vehicles; advances in networking technologies (such as vehicle to everything) and voice and data communications; vehicle location technologies; integration with other strategic systems; and integration with TfL's video management systems (including streaming, remote control, digital evidence capture and video analytics). The iBus2 Services should also be able to facilitate alternative service control operations including demand response, dynamic scheduling and the introduction of AI based decision support tools. This procurement will be separated as follows: (i) Lot 1 in respect of On-bus Services (as described in the procurement documents): Lot 1A and Lot 1B will each account for approximately 50% of the total volume of vehicles on which TfL requires On-bus Services to be installed and maintained (approximately 4,500 vehicles); and (ii) Lot 2, in respect of Back Office Services (as described in the procurement documents).",
"value": {
"amount": 395000000,
"currency": "GBP"
},
"lots": [
{
"id": "Lot 1A",
"title": "Lot 1A - On-bus Services",
"description": "TfL is seeking to appoint up to two (2) suppliers to provide supply, installation and maintenance services in respect of the hardware deployed on each vehicle (On-bus Services). Each of Lot 1A and Lot 1B will account for approximately 50% of the total volume of vehicles on which TfL requires On-bus Services to be provided (approximately 4,500 vehicles for each of Lot 1A and Lot 1B). The services have been grouped into logical service components which will cover the following key areas detailed below: - the provision of the physical location of vehicles; - the provision of a graphical representations of the current bus route and relevant vehicle location; - the provision of various audio and visual safety alerts to drivers, passengers and integration with the intelligent speed adaptation solution; - the provision of passenger communications and service announcements in respect of destinations, the next stop, and safety messages; - integration with the digital mobile radio solution to enable voice communications between drivers and operator service controllers; - the capture of certain vehicle data and transmission to the Lot 2 Back Office Services; - the acceptance of, activation and updating of reference data; - the provision of a service control function to facilitate interactions between the Lot 1A and Lot 1B On-bus Services with the Lot 2 Back Office Services; - the provision of an IT service desk integrated with TfL's IT service desk to facilitate the provision of engineering services for ongoing maintenance of the hardware assets installed on each vehicle; and - the provision of a standard suite of service management in line with standard ITIL processes. If a Bidder is seeking to: (i) provide the On-bus Services in respect of approximately 50% of the total volume of vehicles, Bidders will only be required to submit a single bid for Lot 1 (On-bus Services) and TfL will evaluate such bids in accordance with the provisions of the ITPD; or (ii) provide the On-bus Services in respect of 100% of the total volume of vehicles, Bidders will be required to submit, in addition to their individual submission in limb (i) above, a combined bid (as further described in the ITPD) and TfL will evaluate such individual bids and combined bids in accordance with the provisions of the ITPD.",
"value": {
"amount": 105000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 7920
},
"hasRenewal": true,
"renewal": {
"description": "TfL expect to award a contract for the provision of Lot 1A and Lot 1B for an Initial Term of ten (10) years from the Operational Commencement Date. TfL shall be able, at its sole discretion, to extend the agreement for additional periods of twelve (12) months provided the maximum term of the agreement does not exceed twenty (20) years from the Operational Commencement Date."
},
"secondStage": {
"maximumCandidates": 8
},
"selectionCriteria": {
"description": "A maximum of 8 Bidders will be shortlisted to the ITPD stage following evaluation of the Selection Questionnaire (SQ) stage. The process by which Bidders' Supplier Questionnaire Responses will be evaluated and Bidders selected for the ITPD Stage is set out in the SQ."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "TfL has included within the Requirements functionality for deploying the iBus2 Services to Trams as well as an iBus2 Light version to Buses. TfL may, at its sole discretion not award a Contract for the provision of this functionality."
},
"status": "active"
},
{
"id": "Lot 1B",
"title": "Lot 1B - On-bus Services",
"description": "TfL is seeking to appoint up to two (2) suppliers to provide supply, installation and maintenance services in respect of the hardware deployed on each vehicle (On-bus Services). Each of Lot 1A and Lot 1B will account for approximately 50% of the total volume of vehicles on which TfL requires On-bus Services to be provided (approximately 4,500 vehicles for each of Lot 1A and Lot 1B). The services have been grouped into logical service components which will cover the following key areas detailed below: - the provision of the physical location of vehicles; - the provision of a graphical representations of the current bus route and relevant vehicle location; - the provision of various audio and visual safety alerts to drivers, passengers and integration with the intelligent speed adaptation solution; - the provision of passenger communications and service announcements in respect of destinations, the next stop, and safety messages; - integration with the digital mobile radio solution to enable voice communications between drivers and operator service controllers; - the capture of certain vehicle data and transmission to the Lot 2 Back Office Services; - the acceptance of, activation and updating of reference data; - the provision of a service control function to facilitate interactions between the Lot 1A and Lot 1B On-bus Services with the Lot 2 Back Office Services; - the provision of an IT service desk integrated with TfL's IT service desk to facilitate the provision of engineering services for ongoing maintenance of the hardware assets installed on each vehicle; and - the provision of a standard suite of service management in line with standard ITIL processes. If a Bidder is seeking to: (i) provide the On-bus Services in respect of approximately 50% of the total volume of vehicles, Bidders will only be required to submit a single bid for Lot 1 (On-bus Services) and TfL will evaluate such bids in accordance with the provisions of the ITPD; or (ii) provide the On-bus Services in respect of 100% of the total volume of vehicles, Bidders will be required to submit, in addition to their individual submission in limb (i) above, a combined bid (as further described in the ITPD) and TfL will evaluate such individual bids and combined bids in accordance with the provisions of the ITPD.",
"value": {
"amount": 105000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 7920
},
"hasRenewal": true,
"renewal": {
"description": "TfL expect to award a contract for the provision of Lot 1A and Lot 1B for an Initial Term of ten (10) years from the Operational Commencement Date. TfL shall be able, at its sole discretion, to extend the agreement for additional periods of twelve (12) months provided the maximum term of the agreement does not exceed twenty (20) years from the Operational Commencement Date."
},
"secondStage": {
"maximumCandidates": 8
},
"selectionCriteria": {
"description": "A maximum of 8 Bidders will be shortlisted to the ITPD stage following evaluation of the Selection Questionnaire (SQ) stage. The process by which Bidders' Supplier Questionnaire Responses will be evaluated and Bidders selected for the ITPD Stage is set out in the SQ."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "TfL has included within the Requirements functionality for deploying the iBus2 Services to Trams as well as an iBus2 Light version to Buses. TfL may, at its sole discretion not award a Contract for the provision of this functionality."
},
"status": "active"
},
{
"id": "Lot 2",
"title": "Lot 2: Back Office Services",
"description": "TfL is seeking to appoint a Supplier to provide the supply, installation and maintenance services in respect of the back office element of the iBus2 Services. The Back Office Services have been grouped into logical Service Components which will cover the following: - the provision of system integration and configuration services to facilitate the end to end operation of the On-bus Services and the Back Office Services (together with other TfL systems); - the collection of reference data from source systems (provided either by TfL or other third parties) and the subsequent creation, collation, distribution and management of such reference data; - the calculation of performance metrics in respect of each bus operating company using the bus location provided by the On-bus Services and the Reference Data; - the processing of near real time data to enable the calculation and distribution of data items including arrival predictions, headway between vehicles and traffic light priority requests; - the provision of a service control function providing service controllers with the tools to monitor, control and affect the Bus Services, including applying diversions and curtailments, and then disseminating these to the On-bus Services; - the collation of vehicle arrival predictions by stop, and dissemination via an API; - the provision of arrival predictions via a short code SMS messages to customers; - the provision of operational reporting of performance data to enable the calculation of payments due to bus operating companies; - the provision of a toolset to create, host and maintain virtual signs, showing real time information, that is shared and accessed via an URL; - the provision of an IT service desk integrated with TfL's IT service desk to facilitate the provision of the Back Office Services; - the provision of a standard suite of service management in line with standard ITIL processes; and - the provision of a messaging that covers the creation of customer messaging to either supplement or supplant arrival predictions, disseminated via the real time information API. If a Bidder is seeking to: - provide only the Back Office Services, Bidders will be required to submit a single bid for Lot 2 (Back Office Services) and TfL will evaluate such bids in accordance with the provisions of the ITPD; or - provide the Back Office Services together with Lot 1A and/or Lot 1B, Bidders will be required to submit, in addition to their individual submission in limb (i) above (and in respect of Lot1), a combined bid (as further described in the ITPD) and TfL will evaluate such individual bids and combined bids in accordance with the provisions of the ITPD.",
"value": {
"amount": 185000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 7920
},
"hasRenewal": true,
"renewal": {
"description": "TfL expect to award a contract for the provision of Lot 2 for an Initial Term of ten (10) years from the Operational Commencement Date. TfL shall be able, at its sole discretion, to extend the agreement for additional periods of twelve (12) months provided the maximum term of the agreement does not exceed twenty (20) years from the Operational Commencement Date."
},
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "A maximum of 6 Bidders will be shortlisted to the Invitation to Participated in Dialogue (ITPD) stage following evaluation of the Selection Questionnaire (SQ) stage. The process by which Bidders' Supplier Questionnaire Responses will be evaluated and Bidders selected for the ITPD Stage is set out in the SQ."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "Lot 1A",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30000000",
"description": "Office and computing machinery, equipment and supplies except furniture and software packages"
},
{
"scheme": "CPV",
"id": "32323500",
"description": "Video-surveillance system"
},
{
"scheme": "CPV",
"id": "32427000",
"description": "Network system"
},
{
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
{
"scheme": "CPV",
"id": "34970000",
"description": "Traffic-monitoring equipment"
},
{
"scheme": "CPV",
"id": "42961300",
"description": "Vehicle location system"
},
{
"scheme": "CPV",
"id": "48610000",
"description": "Database systems"
},
{
"scheme": "CPV",
"id": "48627000",
"description": "Real-time operating system software package"
},
{
"scheme": "CPV",
"id": "48800000",
"description": "Information systems and servers"
},
{
"scheme": "CPV",
"id": "51611100",
"description": "Hardware installation services"
},
{
"scheme": "CPV",
"id": "63712000",
"description": "Support services for road transport"
},
{
"scheme": "CPV",
"id": "71311200",
"description": "Transport systems consultancy services"
},
{
"scheme": "CPV",
"id": "72210000",
"description": "Programming services of packaged software products"
},
{
"scheme": "CPV",
"id": "72230000",
"description": "Custom software development services"
},
{
"scheme": "CPV",
"id": "72240000",
"description": "Systems analysis and programming services"
},
{
"scheme": "CPV",
"id": "72250000",
"description": "System and support services"
},
{
"scheme": "CPV",
"id": "72260000",
"description": "Software-related services"
},
{
"scheme": "CPV",
"id": "72310000",
"description": "Data-processing services"
},
{
"scheme": "CPV",
"id": "72400000",
"description": "Internet services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "Lot 1A"
},
{
"id": "Lot 1B",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30000000",
"description": "Office and computing machinery, equipment and supplies except furniture and software packages"
},
{
"scheme": "CPV",
"id": "32323500",
"description": "Video-surveillance system"
},
{
"scheme": "CPV",
"id": "32427000",
"description": "Network system"
},
{
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
{
"scheme": "CPV",
"id": "34970000",
"description": "Traffic-monitoring equipment"
},
{
"scheme": "CPV",
"id": "42961300",
"description": "Vehicle location system"
},
{
"scheme": "CPV",
"id": "48610000",
"description": "Database systems"
},
{
"scheme": "CPV",
"id": "48627000",
"description": "Real-time operating system software package"
},
{
"scheme": "CPV",
"id": "48800000",
"description": "Information systems and servers"
},
{
"scheme": "CPV",
"id": "51611100",
"description": "Hardware installation services"
},
{
"scheme": "CPV",
"id": "63712000",
"description": "Support services for road transport"
},
{
"scheme": "CPV",
"id": "71311200",
"description": "Transport systems consultancy services"
},
{
"scheme": "CPV",
"id": "72210000",
"description": "Programming services of packaged software products"
},
{
"scheme": "CPV",
"id": "72230000",
"description": "Custom software development services"
},
{
"scheme": "CPV",
"id": "72240000",
"description": "Systems analysis and programming services"
},
{
"scheme": "CPV",
"id": "72250000",
"description": "System and support services"
},
{
"scheme": "CPV",
"id": "72260000",
"description": "Software-related services"
},
{
"scheme": "CPV",
"id": "72310000",
"description": "Data-processing services"
},
{
"scheme": "CPV",
"id": "72400000",
"description": "Internet services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "Lot 1B"
},
{
"id": "Lot 2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32323500",
"description": "Video-surveillance system"
},
{
"scheme": "CPV",
"id": "32427000",
"description": "Network system"
},
{
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
{
"scheme": "CPV",
"id": "34970000",
"description": "Traffic-monitoring equipment"
},
{
"scheme": "CPV",
"id": "42961300",
"description": "Vehicle location system"
},
{
"scheme": "CPV",
"id": "48610000",
"description": "Database systems"
},
{
"scheme": "CPV",
"id": "48627000",
"description": "Real-time operating system software package"
},
{
"scheme": "CPV",
"id": "48800000",
"description": "Information systems and servers"
},
{
"scheme": "CPV",
"id": "71311200",
"description": "Transport systems consultancy services"
},
{
"scheme": "CPV",
"id": "72210000",
"description": "Programming services of packaged software products"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
{
"scheme": "CPV",
"id": "72230000",
"description": "Custom software development services"
},
{
"scheme": "CPV",
"id": "72240000",
"description": "Systems analysis and programming services"
},
{
"scheme": "CPV",
"id": "72250000",
"description": "System and support services"
},
{
"scheme": "CPV",
"id": "72260000",
"description": "Software-related services"
},
{
"scheme": "CPV",
"id": "72310000",
"description": "Data-processing services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "Lot 2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=caf113ae-089e-eb11-810c-005056b64545",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue",
"secondStage": {
"successiveReduction": true,
"invitationDate": "2021-07-16T00:00:00+01:00"
},
"tenderPeriod": {
"endDate": "2021-05-26T13:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"hasRecurrence": false,
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "Any appeals should be promptly brought to the attention of TfL's commercial lead named in this notice at the address specified in Section I) above and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, TfL will also incorporated a minimum 10 calendar days standstill period from the date information on the award of contracts is communicated to tenders."
},
"parties": [
{
"id": "GB-FTS-2264",
"name": "Transport for London",
"identifier": {
"legalName": "Transport for London"
},
"address": {
"streetAddress": "5 Endeavour Square",
"locality": "London",
"region": "UKI",
"postalCode": "E20 1JN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Jud Broscombe-Walker",
"telephone": "+44 2070385063",
"email": "iBus2Commercial@tfl.gov.uk",
"url": "https://procontract.due-north.com/Advert/Index?advertId=caf113ae-089e-eb11-810c-005056b64545"
},
"roles": [
"buyer"
],
"details": {
"url": "https://tfl.gov.uk",
"buyerProfile": "https://tfl.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-12699",
"name": "HM Courts and Tribunal Service",
"identifier": {
"legalName": "HM Courts and Tribunal Service"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-2264",
"name": "Transport for London"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:024000-2019:TEXT:EN:HTML"
}
],
"language": "en"
}