Tender

ESCC - JC - Roundabout Sponsorship & Maintenance

  • East Sussex County Council

F02: Contract notice

Notice identifier: 2023/S 000-009405

Procurement identifier (OCID): ocds-h6vhtk-03b799

Published 31 March 2023, 10:09am



Section one: Contracting authority

one.1) Name and addresses

East Sussex County Council

County Hall, St Anne's Crescent

Lewes

BN1 7UE

Contact

James Cooper

Email

james.cooper@eastsussex.gov.uk

Country

United Kingdom

Region code

UKJ22 - East Sussex CC

Internet address(es)

Main address

www.eastsussex.gov.uk

Buyer's address

https://supplierlive.proactisp2p.com/Account/Login

one.3) Communication

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

https://supplierlive.proactisp2p.com/Account/Login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/Account/Login

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

ESCC - JC - Roundabout Sponsorship & Maintenance

Reference number

DN1494

two.1.2) Main CPV code

  • 79340000 - Advertising and marketing services

two.1.3) Type of contract

Services

two.1.4) Short description

East Sussex County Council (the Council) is seeking a suitable provider to manage the Sponsorship and Maintenance for the Councils owned roundabouts.

The Service Provider will provide a complete service securing roundabout sponsorship, collecting payments, general monthly maintenance, and signage installation. The Service Provider will then pay the Council an agreed income from the sponsorship revenue.

The Contract will be established for a period of 3 years with an option to extend for a further three years subject to performance and Council priorities. The extension is not guaranteed it is at the discretion of the Council. The Contract is intended to start on 1st August 2023 or as otherwise agreed.

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ22 - East Sussex CC

two.2.4) Description of the procurement

East Sussex County Council (the Council) is seeking a suitable provider to manage the Sponsorship and Maintenance for the Councils owned roundabouts.

The Service Provider will provide a complete service securing roundabout sponsorship, collecting payments, general monthly maintenance, and signage installation. The Service Provider will then pay the Council an agreed income from the sponsorship revenue.

The Contract will be established for a period of 3 years with an option to extend for a further three years subject to performance and Council priorities. The extension is not guaranteed it is at the discretion of the Council. The Contract is intended to start on 1st August 2023 or as otherwise agreed.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £600,000

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

Start date

1 August 2023

End date

31 July 2029

This contract is subject to renewal

Yes

Description of renewals

At the end of the contract period a new contract will be procured.

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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

4 May 2023

Local time

12:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 May 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: At the end of the defined contract period, unless otherwise communicated.

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

Telephone

+44 2079477882

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Any appeals should be promptly brought to the attention of the Philip Baker Assistant Chief Executive Director of the Council at the address specified in Section I) above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the time-scales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015. In accordance with such Regulations, the Council will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.