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

Contact Telephone: +44 01132517272

Status
complete
Procedure
open
Value
18000000.0 GBP
Published
20 Oct 2025, 14:51
Deadline
n/a
Contract Start
01 Oct 2025, 00:00
Contract End
30 Sep 2029, 23:59
Category
n/a
CPV
34000000 - Transport equipment and auxiliary products to transportation
Region
n/a
Awarded To
Vix Technology UK Ltd
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

Lots

Lot LOT-0000 Status: complete

Documents

Document Description: Not published

Contracts

Contract Title: FRAMEWORK AGREEMENT RELATING TO THE SUPPLY OF BATTERY POWERED AND MAINS POWERED REAL TIME INFORMATION SIGNS AND TOTEMS

Raw Notice JSON

Expand raw payload
{
  "awards": [
    {
      "additionalProcurementCategories": [
        "services"
      ],
      "id": "1",
      "items": [
        {
          "additionalClassifications": [
            {
              "description": "Transport equipment and auxiliary products to transportation",
              "id": "34000000",
              "scheme": "CPV"
            }
          ],
          "id": "LOT-0000",
          "relatedLot": "LOT-0000"
        }
      ],
      "mainProcurementCategory": "goods",
      "relatedLots": [
        "LOT-0000"
      ],
      "status": "active",
      "suppliers": [
        {
          "id": "GB-PPON-PMJL-5169-MRDN",
          "name": "Vix Technology UK Ltd"
        }
      ]
    }
  ],
  "buyer": {
    "id": "GB-PPON-PHYG-7328-ZLQJ",
    "name": "West Yorkshire Combined Authority"
  },
  "contracts": [
    {
      "aboveThreshold": true,
      "agreedMetrics": [
        {
          "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",
          "id": "1",
          "observations": [
            {
              "id": "frequency",
              "period": {
                "durationInMonths": 1
              }
            }
          ],
          "title": "Equipment and Software availability"
        },
        {
          "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: \u2022 complete the repair within 4 Call-out Hours of the fault being reported; \u2022 provide updates on the fault resolution progress every 30 minutes",
          "id": "2",
          "observations": [
            {
              "id": "frequency",
              "period": {
                "durationInMonths": 1
              }
            }
          ],
          "title": "System Availability for critical 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.",
          "id": "3",
          "observations": [
            {
              "id": "frequency",
              "period": {
                "durationInMonths": 1
              }
            }
          ],
          "title": "System availability for urgent faults"
        }
      ],
      "awardID": "1",
      "dateSigned": "2025-10-01T00:00:00Z",
      "documents": [
        {
          "datePublished": "2025-10-20T15:51:56+01:00",
          "description": "Contract details notice on Find a Tender",
          "documentType": "contractNotice",
          "format": "text/html",
          "id": "066808-2025",
          "noticeType": "UK7",
          "url": "https://www.find-tender.service.gov.uk/Notice/066808-2025"
        }
      ],
      "id": "1",
      "period": {
        "endDate": "2029-09-30T23:59:59Z",
        "startDate": "2025-10-01T00:00:00Z"
      },
      "status": "active",
      "title": "FRAMEWORK AGREEMENT RELATING TO THE SUPPLY OF BATTERY POWERED AND MAINS POWERED REAL TIME INFORMATION SIGNS AND TOTEMS",
      "value": {
        "amountGross": 18000000,
        "currency": "GBP"
      }
    }
  ],
  "date": "2025-10-20T15:51:56+01:00",
  "id": "066808-2025",
  "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",
        "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"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Cambridge",
        "postalCode": "CB23 8AR",
        "region": "UKH12",
        "streetAddress": "Unit 8, The Irwin Centre, Dry Drayton"
      },
      "contactPoint": {
        "email": "kris.buszek@vixtechnology.com",
        "name": "Kris Buszek"
      },
      "details": {
        "publicServiceMissionOrganization": false,
        "scale": "large",
        "shelteredWorkshop": false,
        "vcse": false
      },
      "id": "GB-PPON-PMJL-5169-MRDN",
      "identifier": {
        "id": "PMJL-5169-MRDN",
        "scheme": "GB-PPON"
      },
      "name": "Vix Technology UK Ltd",
      "roles": [
        "supplier"
      ]
    }
  ],
  "tag": [
    "award",
    "contract"
  ],
  "tender": {
    "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"
      }
    ],
    "id": "RTI Framework",
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "id": "LOT-0000",
        "status": "complete"
      }
    ],
    "participationFees": [
      {
        "description": "There are no fees for using the framework",
        "id": "ocds-h6vhtk-04fe57",
        "type": [
          "win"
        ]
      }
    ],
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "status": "complete",
    "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.",
        "method": "withoutReopeningCompetition",
        "type": "open"
      },
      "hasFrameworkAgreement": true
    },
    "title": "Real-Time Display Framework"
  }
}