Award

Real-Time Display Framework

WEST YORKSHIRE COMBINED AUTHORITY

This public procurement record has 4 releases in its history.

Award

20 Oct 2025 at 14:51

Award

01 Sep 2025 at 13:30

TenderUpdate

28 Apr 2025 at 14:33

Tender

07 Apr 2025 at 15:44

Summary of the contracting process

The West Yorkshire Combined Authority has successfully completed the procurement process for the "Real-Time Display Framework" aimed at enhancing public transport information systems across several regions, including South Yorkshire, York, and North Yorkshire, as well as the cities of York and Hull. This contract, awarded on 1st October 2025 and set to run until 30th September 2029, focuses on the supply of battery-powered and solar-charging real-time information units to be installed at bus stops and within shelters. Vix Technology UK Ltd has been awarded this £18 million contract under an open procedure, evidencing their capacity to deliver the requisite technology and services within short lead times, enhancing transport infrastructure across these areas.

This tender offers significant business growth prospects for companies specialising in transport technology and infrastructure. With the focus on innovative, sustainability-driven solutions like solar-powered units, technology firms with a track record in delivering flexible, environmentally-conscious products would find this framework agreement particularly appealing. It provides steady, long-term opportunities for both large-scale suppliers and SMEs capable of delivering high-quality equipment and maintenance services to meet the strategic needs of the regions’ evolving public transport systems. The open nature of the procurement process underscores the opportunity for diverse market players to engage and potentially yield collaborative advancements in public transport technology.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Real-Time Display Framework

Notice 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04fe57
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/066808-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products

34 - Transport equipment and auxiliary products to transportation


CPV Codes

33952000 - Transport equipment and auxiliary products to transportation

34000000 - Transport equipment and auxiliary products to transportation

Notice Value(s)

Tender Value
£15,000,000 £10M-£100M
Lots Value
£15,000,000 £10M-£100M
Awards Value
£15,000,000 £10M-£100M
Contracts Value
£18,000,000 £10M-£100M

Notice Dates

Publication Date
20 Oct 20254 months ago
Submission Deadline
30 May 2025Expired
Future Notice Date
Not specified
Award Date
1 Sep 20255 months ago
Contract Period
1 Oct 2025 - 30 Sep 2029 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
WEST YORKSHIRE COMBINED AUTHORITY
Contact Name
Przemek Dudek
Contact Email
commercialteam@westyorks-ca.gov.uk
Contact Phone
+44 01132517272

Buyer Location

Locality
LEEDS
Postcode
LS1 2DE
Post Town
Leeds
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
Not specified

Local Authority
Leeds
Electoral Ward
Little London & Woodhouse
Westminster Constituency
Leeds Central and Headingley

Supplier Information

Number of Suppliers
1
Supplier Name

VIX TECHNOLOGY

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-04fe57-2025-10-20T15:51:56+01:00",
    "date": "2025-10-20T15:51:56+01:00",
    "ocid": "ocds-h6vhtk-04fe57",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHYG-7328-ZLQJ",
            "name": "West Yorkshire Combined Authority",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHYG-7328-ZLQJ"
            },
            "address": {
                "streetAddress": "Wellington House, 40-50 Wellington Street",
                "locality": "Leeds",
                "postalCode": "LS1 2DE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE42"
            },
            "contactPoint": {
                "email": "commercialteam@westyorks-ca.gov.uk",
                "telephone": "+44 01132517272",
                "name": "Przemek Dudek"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.westyorks-ca.gov.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PMJL-5169-MRDN",
            "name": "Vix Technology UK Ltd",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PMJL-5169-MRDN"
            },
            "address": {
                "streetAddress": "Unit 8, The Irwin Centre, Dry Drayton",
                "locality": "Cambridge",
                "postalCode": "CB23 8AR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH12"
            },
            "contactPoint": {
                "email": "kris.buszek@vixtechnology.com",
                "name": "Kris Buszek"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-PPON-PPCH-7825-HMWD",
            "name": "Journeo Passenger Systems Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PPCH-7825-HMWD"
            },
            "address": {
                "streetAddress": "12 Charter Point Way",
                "locality": "Ashby-De-La-Zouch",
                "postalCode": "LE65 1NF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF22"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "sme",
                "vcse": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHYG-7328-ZLQJ",
        "name": "West Yorkshire Combined Authority"
    },
    "planning": {
        "noEngagementNoticeRationale": "Preliminary market engagement has been carried out Notice identifier: 2024/S 000-029221 Procurement identifier (OCID): ocds-h6vhtk-049a42"
    },
    "tender": {
        "id": "RTI Framework",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Real-Time Display Framework",
        "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.",
        "status": "complete",
        "items": [
            {
                "id": "LOT-0000",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33952000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0000"
            }
        ],
        "value": {
            "amountGross": 18000000,
            "amount": 15000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "additionalProcurementCategories": [
            "services"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "participationFees": [
            {
                "id": "ocds-h6vhtk-04fe57",
                "type": [
                    "win"
                ],
                "description": "There are no fees for using the framework"
            }
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "method": "withoutReopeningCompetition",
                "periodRationale": "N/A, framework term is 4 Years",
                "type": "open",
                "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."
            }
        },
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=91567&B=",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-05-30T11:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-05-02T11:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2025-07-14T23:59:59Z"
        },
        "lots": [
            {
                "id": "LOT-0000",
                "status": "complete",
                "value": {
                    "amountGross": 18000000,
                    "amount": 15000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "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's 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 & Safety Management",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Pricing schedule",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As per Invitation to tender document"
                        },
                        {
                            "type": "technical",
                            "description": "As per Invitation to tender document"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-08-01T00:00:00Z",
                    "endDate": "2029-07-31T23:59:59Z"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "013486-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/013486-2025",
                "datePublished": "2025-04-07T16:44:30+01:00",
                "format": "text/html"
            },
            {
                "id": "017379-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/017379-2025",
                "datePublished": "2025-04-28T15:33:28+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Addressed in Appendix 5 Framework Agreement, Schedule 1 Call off Terms"
        },
        "riskDetails": "Appropriate performance of the displays Provision of service and maintenance in line with Schedule 6 Service Levels and Service Credits",
        "amendments": [
            {
                "id": "017379-2025",
                "description": "Submission deadline has been extended until 12 (noon) on 30th may 2025"
            }
        ]
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PMJL-5169-MRDN",
                        "name": "Vix Technology UK Ltd"
                    }
                ],
                "relatedLots": [
                    "LOT-0000"
                ]
            },
            {
                "id": "2",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PPCH-7825-HMWD",
                        "name": "Journeo Passenger Systems Limited"
                    }
                ],
                "relatedLots": [
                    "LOT-0000"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 2,
                "relatedLot": "LOT-0000"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 2,
                "relatedLot": "LOT-0000"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "LOT-0000"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "LOT-0000"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Real-Time Display Framework",
            "status": "active",
            "date": "2025-09-01T00:00:00Z",
            "value": {
                "amountGross": 18000000,
                "amount": 15000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PMJL-5169-MRDN",
                    "name": "Vix Technology UK Ltd"
                }
            ],
            "items": [
                {
                    "id": "LOT-0000",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "34000000",
                            "description": "Transport equipment and auxiliary products to transportation"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKE",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "LOT-0000"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-09-10T23:59:59+01:00"
            },
            "contractPeriod": {
                "startDate": "2025-10-01T00:00:00Z",
                "endDate": "2029-09-30T23:59:59Z"
            },
            "relatedLots": [
                "LOT-0000"
            ],
            "documents": [
                {
                    "id": "052838-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/052838-2025",
                    "datePublished": "2025-09-01T14:30:28+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-09-01T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-09-30T23:59:59Z",
                    "status": "scheduled"
                }
            ],
            "additionalProcurementCategories": [
                "services"
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "title": "FRAMEWORK AGREEMENT RELATING TO THE SUPPLY OF BATTERY POWERED AND MAINS POWERED REAL TIME INFORMATION SIGNS AND TOTEMS",
            "status": "active",
            "period": {
                "startDate": "2025-10-01T00:00:00Z",
                "endDate": "2029-09-30T23:59:59Z"
            },
            "value": {
                "amountGross": 18000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2025-10-01T00:00:00Z",
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "Equipment and Software availability",
                    "description": "Items of Equipment and Software supplied under each Call-off Contract shall be capable of normally running unattended and be capable of supporting the delivery of an operational service 24 hours per day, 365/366 days per year",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "System Availability for critical faults",
                    "description": "All faults preventing the accurate display of information on more than 10% of the total number of installed displays under a Call-off Contract, where the fault is associated with Software or Equipment supplied by the Supplier (whether under the same or another Call-off Contract), shall be classified as Critical Faults. In the event of a Critical Fault, the Supplier shall: * complete the repair within 4 Call-out Hours of the fault being reported; * provide updates on the fault resolution progress every 30 minutes",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "System availability for urgent faults",
                    "description": "Upon detection of any Critical Fault the Supplier shall contact the Authority and relevant Purchasers within 30 minutes of fault detection via an agreed route with information including: (a) a description of the issue or fault; (b) impact of the fault on the operation of the Equipment and Software; (c) the likely resolution time.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                }
            ],
            "documents": [
                {
                    "id": "066808-2025",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/066808-2025",
                    "datePublished": "2025-10-20T15:51:56+01:00",
                    "format": "text/html"
                }
            ]
        }
    ]
}