Construction Contract Leads
North West
Category Goods
Type
No. of Lots 1
Status Active
Published 13th Nov 2023
Reference | ocds-h6vhtk-0417f5 |
Common Procurement Vocabulary | Bus shelters |
Procurement Method | Open procedure |
Value | - |
North West
Category Goods
Type
No. of Lots 1
Status Active
Published 13th Nov 2023
Reference | ocds-h6vhtk-0417f5 |
Common Procurement Vocabulary | Bus shelters |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR18XJ
Contact
LCC Corporate
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