Tender

CPU 6168 Bus Shelter & Free-Standing Unit supply, maintenance, and advertising

  • Nottingham City Council

F02: Contract notice

Notice identifier: 2024/S 000-013734

Procurement identifier (OCID): ocds-h6vhtk-0455c2

Published 29 April 2024, 1:24pm



Section one: Contracting authority

one.1) Name and addresses

Nottingham City Council

Loxley House, Station Street

Nottingham

NG2 3NG

Contact

Ms Holly Fisher

Email

Holly.Fisher@nottinghamcity.gov.uk

Telephone

+44 0

Country

United Kingdom

Region code

UKF14 - Nottingham

Internet address(es)

Main address

http://www.nottinghamcity.gov.uk

Buyer's address

http://www.nottinghamcity.gov.uk

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=0191939c-1e06-ef11-812b-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=0191939c-1e06-ef11-812b-005056b64545

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

CPU 6168 Bus Shelter & Free-Standing Unit supply, maintenance, and advertising

Reference number

DN721686

two.1.2) Main CPV code

  • 44212321 - Bus shelters

two.1.3) Type of contract

Supplies

two.1.4) Short description

Nottingham City Council is seeking tenders from suitably experienced and qualified entities for the provision and maintenance of bus shelters and associated advertising across the City, including an associated digital 6-sheet Free Standing Unit advertising concession.

The contract will be awarded to one supplier for an initial duration of 15 years with the option to extend for a further period of up to one year, at the Authority's discretion.

This tender will be undertaken as a competitive procedure with negotiation in accordance with Concession Contract Regulations 2016.

The Authority intends to invite three (3) suitable economic operators to participate in the procedure.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45213315 - Bus-stop shelter construction work
  • 79341200 - Advertising management services

two.2.3) Place of performance

NUTS codes
  • UKF14 - Nottingham

two.2.4) Description of the procurement

Through this Contract the Council is seeking high quality, safe and secure bus passenger waiting facilities, that are kept clean and well maintained throughout the Contract term, to encourage passenger growth, supporting our successful Transforming Cities Fund (TCF) programmes, and helping achieve the aspirations of the National Bus Strategy and the Council’s Greater Nottingham Bus Service Improvement Plan that the new Greater Nottingham Bus Partnership (A New Greater Nottingham Bus Partnership – Transport Nottingham) is working to.

In return, the Council is offering the Concessionaire the advertising display rights associated with its City-wide network of bus shelters. The rights available will allow for the operation of all Advertising Display Screens on all ‘Advertising Shelters’ within the administrative boundary of Nottingham City Council. The citywide map is presented at Appendix 1. The Concessionaire will have the right to install, operate and further develop the current concession of City Centre Free-Standing Units (FSUs), which can be located using the city centre map at Appendix 2, whilst Appendix 3 has a table detailing the location of every existing FSU and some information about the asset. Appendix 4 lists all the Bus Shelter locations that are to be retained under the new contract. Appendix 5 provides a list of Bus Shelter locations that will no longer require a Bus Shelter. Appendix 6 is a map showing all the assets located across the whole city area, which each asset type denoted by colour. Note that this map was updated several months ago and there may be a small number of inaccuracies, so the table should be referred to and cross referenced to where required.

two.2.5) Award criteria

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

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

Duration in months

180

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded to one supplier for an initial duration of 15 years with the option to extend for a further period of up to one year, at the Authority’s discretion.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

Criteria to be included in negotiations and Invitation to Submit Final Tender included in documentation

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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

31 May 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

8 July 2024

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Country

United Kingdom