Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

North West

Category Goods

Type

No. of Lots 1

Status Active

Published 13th Nov 2023

Tender Details
Referenceocds-h6vhtk-0417f5
Common Procurement VocabularyBus shelters
Procurement MethodOpen procedure
Value-
« Previous Page

North West

Category Goods

Type

No. of Lots 1

Status Active

Published 13th Nov 2023

Tender Details
Referenceocds-h6vhtk-0417f5
Common Procurement VocabularyBus shelters
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Lancashire County Council

Fishergate

Preston

PR18XJ

Contact

LCC Corporate

Email

contractscorporate [at] lancashire.gov.uk

Telephone

+44 1772538207

Country

United Kingdom

NUTS code

UKD4 - Lancashire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.lancashire.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.lancashire.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.lancashire.gov.uk/

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

Contract for the Supply, Installation, Maintenance and Repair of Bus Shelters

Reference number

LCC28344

II.1.2) Main CPV code

  • 44212321 - Bus shelters

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Council has approximately 730 bus shelters that come under its direct ownership and responsibility. Bus shelters are spread over both urban and rural settings covering all 12 districts of Lancashire. There is programme of works to maintain repair and replace bus shelters. The bus shelters are required to meet set design criteria stipulated by the Public and Integrated Transport service. The number of replacements will likely increase over the contract term as a schedule of replacements is further developed and refined with the successful Tenderer. The new bus shelters will be of varying size but will be required to meet set design criteria and standards as further detailed in the Scope.

As well as installation of new bus shelters, the Contractor will be required to provide maintenance of bus shelters on a reactive basis as and when the Council requires. Reactive maintenance includes call-outs to replace side or roof panels, make safe broken glass or structural damage, fix lighting, and undertake cleaning as required.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

II.2.3) Place of performance

NUTS codes
  • UKD4 - Lancashire

II.2.4) Description of the procurement

The Council has approximately 730 bus shelters that come under its direct ownership and responsibility. Bus shelters are spread over both urban and rural settings covering all 12 districts of Lancashire. There is programme of works to maintain repair and replace bus shelters. The bus shelters are required to meet set design criteria stipulated by the Public and Integrated Transport service. The number of replacements will likely increase over the contract term as a schedule of replacements is further developed and refined with the successful Tenderer. The new bus shelters will be of varying size but will be required to meet set design criteria and standards as further detailed in the Scope.

As well as installation of new bus shelters, the Contractor will be required to provide maintenance of bus shelters on a reactive basis as and when the Council requires. Reactive maintenance includes call-outs to replace side or roof panels, make safe broken glass or structural damage, fix lighting, and undertake cleaning as required.

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: £2,500,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The agreement is available for an initial period of 2 years with an option to extend up to a maximum 4 year contract period, follow which there may or may not be an opportunity for a re-procurement. The agreement included within the tender documents outlines any relevant break clauses or periods within the awarded term where a re-procurement could occur.

Any re-procurement will be at the discretion of the contracting authority and will be completed compliantly.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

14 December 2023

Local time

11:00am

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

14 December 2023

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice - The High Court

London

WC2A 2LL

Country

United Kingdom

VI.4.4) Service from which information about the review procedure may be obtained

Lancashire County Council

Preston

PR1 0LD

Country

United Kingdom