Services - 26365-2020

20/01/2020    S13

United Kingdom-Birmingham: Software package and information systems

2020/S 013-026365

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: West Midlands Combined Authority
Postal address: 16 Summer Lane
Town: Birmingham
NUTS code: UKG WEST MIDLANDS (ENGLAND)
Postal code: B19 3SD
Country: United Kingdom
Contact person: Darren Robertson
E-mail: Darren.robertson@wmca.org.uk
Telephone: +44 3453036760
Internet address(es):
Main address: www.wmca.org.uk
Address of the buyer profile: https://wmca.bravosolution.co.uk/web/login.html
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://wmca.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://wmca.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

1500000

II.1.2)Main CPV code
48000000 Software package and information systems
II.1.3)Type of contract
Services
II.1.4)Short description:

The primary aim of the ConVEx facility is to create an open access marketplace for the safe, secure, simple and sustainable exchange of data to facilitate innovation in the development and deployment of CAVs and thereby to support cities or regions in achieving goals for safer, cleaner, more affordable and more effective mobility. It will assist the growth of CAV development in the UK by enabling cost effective access to CAV-relevant data for SMEs and smaller organisations but it will also encourage inward investment by the creation of a platform that can accelerate CAV R&D for organisations of all sizes. Furthermore, it will support strategic and regulatory decision making by local, regional and national bodies around the deployment of CAV services.

WMCA on behalf of itself and it's Constituent Authorities (see section VI.3) is procuring a supplier through an competitive procedure with negotiation process pursuant to Regulation 29 of the Public Contracts Regulations 2015.

II.1.5)Estimated total value
Value excluding VAT: 1 500 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
30211300 Computer platforms
60130000 Special-purpose road passenger-transport services
II.2.3)Place of performance
NUTS code: UKG WEST MIDLANDS (ENGLAND)
II.2.4)Description of the procurement:

The primary aim of the ConVEx facility is to create an open access marketplace for the safe, secure, simple and sustainable exchange of data to facilitate innovation in the development and deployment of CAVs and thereby to support cities or regions in achieving goals for safer, cleaner, more affordable and more effective mobility. The creation of this data exchange via a SaaS arrangement is the prime purpose of the procurement, with a second purpose to commercialise the platform with the relevant bidding entity. Accordingly references to ‘facility’ are to the commercialised entity that provides the data to the West Midlands Combined Authority and/or constituent bodies (see further below).

The aspiration of the procurement is to assist in the growth of CAV development in the UK by enabling cost effective access to CAV-relevant data for SMEs and smaller organisations but it will also encourage inward investment by the creation of a platform that can accelerate CAV R&D for organisations of all sizes. Furthermore, it will support strategic and regulatory decision making by local, regional and national bodies around the deployment of CAV services.

The outputs of data analyses undertaken by the facility will provide evidence that will enable these organisations to understand if, where and how such services will have a positive impact for their stakeholders, maximising the return on investment of public funds.

The vision for the facility is for a centre that aggregates data relevant to the development and/or operation of CAVs from a diverse range of sources. These data could be already publicly available, available under licence or purchased by the facility. A first selling point of the facility would therefore be in the curation of these datasets within in a single ‘shop window’ for organisations seeking data

resources relevant to CAV development and deployment. The facility would also undertake data cleansing and analyses, drawing together relevant datasets and exploring connections that generate further insights into CAV development, deployment and operation.

Finally, the operation of ConVEx as acommercially sustainable facility requires trading of data from those that own it to those that want or need it. By enabling exploitation for CAV-related purposes, the facility will therefore enable organisations to monetise data resources that may have previously been left dormant.

The objectives of ConVEx are to develop a commercially viable data exchange platform that:

— accelerates the development of CAVs in the UK,

— enables start-ups to create innovative businesses based on the aggregation and analysis of relevant CAV/mobility data,

— provides materials to support CAV/mobility research by academic organisations,

— supports the development of the UK as the best destination for CAV development, accelerating UK businesses and attracting inward investment from overseas organisations,

— creates a long-lasting and sustainable business that creates jobs and revenue in a growing area of innovation.

For the avoidance of doubt, the successful supplier is required to operate the facility as a commercially sustainable facility, meeting the objectives of the project.

This will be explored further with the bidding entity as part of the procurement process. It should be noted that as part of such discussions there may be an agreement that the optimum operation model will require the establishment of a special purpose vehicle. This is something the authority is willing to consider subject to understanding the requisite benefits and associated security provided. Such matters, including relevant assignment mechanisms, will be discussed with the bidding entities.

WMCA reserve the right to enter into a contract with a supplier on completion of the Invitation to Submit Initial Proposal ‘ISIP’ stage, should the tender submission meet or exceed the WMCA's requirements.

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: 1 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
End: 31/10/2020
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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

To express an interest in this opportunity, please register on https://wmca.bravosolution.co.uk/ and express an interest in:

Project_199 Midlands Future Mobility — Connected and Autonomous Vehicles (CAV)

Pqq_110 — ConVex Software Platform and Partner Selection Questionnaire

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:

Information and formalities necessary for evaluating if requirements are met in accordance with Articles 57-58 of Directive 2014/24/EU of the European Parliament and of WMCA and Regulations 57-58 of the Public Contract Regulations 2015, and is set out in the qualification/mandatory information which is available from part I.1) above.

III.1.2)Economic and financial standing
Minimum level(s) of standards possibly required:

Information and formalities necessary for evaluating if requirements are met in accordance with Article 58 of Directive 2014/24/EU of the European Parliament and of WMCA and Regulation 58 of the Public Contract Regulations 2015, and is set out in the qualification/mandatory information which is available from part I.1) above.

III.1.3)Technical and professional ability
Minimum level(s) of standards possibly required:

Information and formalities necessary for evaluating if requirements are met in accordance with Articles 58 of Directive 2014/24/EU of the European Parliament and of WMCA and Regulation 58 of the Public Contract Regulations 2015, and is set out in the qualification/mandatory information which is available from part I.1) above.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 188-457369
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 14/02/2020
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 14/02/2020
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

1) For the avoidance of doubt, the 'Constituent Authorities' referred to in this notice are:

Birmingham City Council

City of Wolverhampton Council

Coventry City Council

Dudley Metropolitan Borough Council

Sandwell Metropolitan Borough Council

Solihull Metropolitan Borough Council

Walsall Council

2) The award criteria for this procurement is intended to be:

Technical/quality — 75 %

Price — 20 %

Social value — 5 %

This is subject to change however, and a final draft of the ITT, including evaluation criteria will be made available to bidders who are successful at the SQ stage.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Courts of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079476000
Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.5)Date of dispatch of this notice:
15/01/2020