Section one: Contracting authority
one.1) Name and addresses
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
Telephone
+44 1467530600
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
http://www.aberdeenshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply and Installation of Bus Stop Infrastructure
Reference number
000-VVVT4817
two.1.2) Main CPV code
- 44212321 - Bus shelters
two.1.3) Type of contract
Supplies
two.1.4) Short description
The purpose of this tender is to appoint a preferred supplier(s) for the provision of Bus Stop Infrastructure within Aberdeenshire and maintenance of existing infrastructure. The successful tenderer(s) will supply and install Aberdeenshire Council’s standard bus stop infrastructure that, should as far as practical, match the existing standard infrastructure.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1: Bus Stop Poles
Lot 2: Bus Shelters
Suppliers may submit tenders for one or both Lots. Each Lot will be evaluated separately in line with the evaluation methodology given within this Invitation to Tender.
two.2) Description
two.2.1) Title
Supply and Installation of Bus Stop Poles
Lot No
1
two.2.2) Additional CPV code(s)
- 44212321 - Bus shelters
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeenshire
two.2.4) Description of the procurement
The bus stops pole should be a silver anodised aluminium pole with top cap. Installed at a height (from the ground) of 2900mm. The pole should also incorporate two blue (RAL 5002) vertical strips running the full length of the pole approximately 20mm wide.
The pole will be installed with one, two or three publicity cases which should have a display size of 280 mm wide and 780 mm long to accommodate Aberdeenshire Council standard information displays. The case should be watertight and a sample display case should be made available on request. The information case should include a backing board that is waterproof and be of a minimum thickness of 5mm. The case should be accessed via security locks or bolt locking mechanism which can be easily opened by local authority staff wishing to replace the information display. Keys or equipment to unlock information displays should be provided.
Replacement parts must be available for the duration of this contract, including optional extension periods. Tenderers should provide a list of these replacement parts / Specifications and prices for all installation costs. (including Travel). Prices should be applicable for the duration of the contract, including optional extension periods.
two.2.5) Award criteria
Quality criterion - Name: Quality/Support / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Council shall have the sole option of extending the contract for a further period of 1 year after the expiry of the term. Such extension shall be based on the performance of the Contractor, the success of the Services provided and the availability of budget/economic situation/requirements of the Council.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Supply and Installation of Bus Shelters
Lot No
2
two.2.2) Additional CPV code(s)
- 44212321 - Bus shelters
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeenshire
two.2.4) Description of the procurement
Please refer to ‘Appendix 1 Statement of Requirements’ doc for full details. Shelter structures are to be supplied to the following specifications.
Standard Specification - Shelters should be manufactured from aluminium with a powder coated finish – colour to be Green (colour reference RAL 6005) and be glazed with anti-graffiti coated, UV protected polycarbonate 4mm thick MARGARD MRSE sheet or equivalent to be approved by Aberdeenshire Council.
High Specification - Shelters should be manufactured from aluminium with a powder coated finish – colour to be Silver (colour reference RAL 9006).
Heritage Specification - Shelters should be manufactured from wood with a protected Hardwood finish. Both High spec and Heritage shelters to be glazed with anti-graffiti coated, UV protected 6mm thick toughened glass sheet, 10mm thick toughened for full length, or equivalent to be approved by Aberdeenshire Council.
The entrance/exit opening of the 2 bay enclosed shelter should be at least 1000mm wide to allow wheelchair users and double buggies unrestricted access to the shelter. The 3 or 4 bay enclosed shelter should have 2 openings both to the minimum width specified above constructed as a front entrance and front exit. All shelters should be fitted with barrel polycarbonate glazed roofs with 4mm thick U.V. protected polycarbonate.
All shelters should be fitted with a courtesy light that is only operational during the hours of darkness and is solar powered. The solar unit should be integrated into the design of the shelter. A technical specification for this should be submitted along with the submission which includes details of any warranty for this system.
An aluminium bench/perch seat is to be incorporated into shelters. This should be between 600mm and 650mm high and materials used in construction should be maintenance free. The seat should be powdered coated in a yellow finish (colour reference RAL 1021).
Each bus shelter must incorporate a watertight timetable information display case housing a paper timetable display. The case must measure 1000mm x 1000m with a viewing are of 914mm wide 920mm length. A sample display case should be made available on request. The information case should include a backing board that is waterproof and be of a minimum thickness of 5mm. The case should be accessed via security locks or bolt locking mechanism which can be easily opened by local authority staff wishing to replace the information display. Keys or equipment to unlock information displays should be provided. The information displays should be located between 900mm and 1800mm in height as detailed in the DfT’s Inclusive Mobility Guidance. The exact location of the timetable board on each shelter will be agreed at the site visits with Aberdeenshire Council
All shelters should be fitted with a 76mm diameter, 700mm high bus stop flag pole to be mounted at either the approach or leaving end of the shelter. The exact location of the flag pole on each shelter will be agreed at the site visits with Aberdeenshire Council.
Shelters should have a litter gap at the bottom of the panels of minimum 50 mm but maximum of 150mm to help prevent the build up of litter in the shelters.
Any ground reinstatement works required following installation (e.g. backfilling shelter leg pockets, installation of bus stop pole) should match the existing footpath/carriageway and be sealed with hot bitumen.
Replacement parts must be available for the duration of this contract, including optional extension periods. Tenderers should provide a list of these replacement parts and prices (including installation). Prices should be applicable for the duration of the contract, including optional extension periods.
two.2.5) Award criteria
Quality criterion - Name: Quality/Support / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Council shall have the sole option of extending the contract for a further period of 1 year after the expiry of the term. Such extension shall be based on the performance of the Contractor, the success of the Services provided and the availability of budget/economic situation/requirements of the Council.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 April 2021
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 19 August 2021
four.2.7) Conditions for opening of tenders
Date
26 April 2021
Local time
8:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=647525.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:647525)
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sherriff Court
53 Castle Street
Aberdeen
AB11 5BB
Country
United Kingdom