Contract

Framework for the Supply, Installation and Maintenance of Bus Shelters

  • West Lothian Council

F03: Contract award notice

Notice identifier: 2024/S 000-021533

Procurement identifier (OCID): ocds-h6vhtk-045956

Published 12 July 2024, 4:37pm



Section one: Contracting authority

one.1) Name and addresses

West Lothian Council

West Lothian Civic Centre

Livingston

EH54 6FF

Contact

Catriona Peden

Email

Catriona.Peden@westlothian.gov.uk

Telephone

+44 1506283312

Fax

+44 1506281325

Country

United Kingdom

NUTS code

UKM78 - West Lothian

Internet address(es)

Main address

http://www.westlothian.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140

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

Framework for the Supply, Installation and Maintenance of Bus Shelters

Reference number

CC13399

two.1.2) Main CPV code

  • 44212321 - Bus shelters

two.1.3) Type of contract

Supplies

two.1.4) Short description

Award of framework

The requirement was split into two lots - up to 3 suppliers are sought for each of the following:

Lot 1 – Supply, installation, re-siting and removal of bus shelters.

Lot 2 – Repair of bus shelters/associated infrastructure

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £320,000

two.2) Description

two.2.1) Title

Supply, installation, re-siting and removal of bus shelters.

Lot No

1

two.2.2) Additional CPV code(s)

  • 44212321 - Bus shelters
  • 45213315 - Bus-stop shelter construction work
  • 45216129 - Protective shelters
  • 44112110 - Shelter parts
  • 44112100 - Shelters

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Sites within the West Lothian Council area

two.2.4) Description of the procurement

Award to 2suppliers for each of the following:

Lot 1 – Supply, installation, re-siting and removal of bus shelters.

Lot 1 will be used as a means of replacing shelters coming to the end of their lifecycle. Government initiatives for funding such opportunities may transpire over the lifespan of the contract in line with Transport Scotland priorities.

two.2.5) Award criteria

Quality criterion - Name: Method Statement and Risk Assessment / Weighting: 15

Quality criterion - Name: Timescales / Weighting: 5

Quality criterion - Name: Sustainability / Weighting: 5

Quality criterion - Name: Fair Work First / Weighting: 2

Quality criterion - Name: Community Benefits / Weighting: 3

Price - Weighting: 70

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.2.14) Additional information

Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.

two.2) Description

two.2.1) Title

Repair of bus shelters/associated infrastructure

Lot No

2

two.2.2) Additional CPV code(s)

  • 44112100 - Shelters
  • 44112110 - Shelter parts
  • 44212321 - Bus shelters
  • 45213315 - Bus-stop shelter construction work

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Sites within the West Lothian Council area

two.2.4) Description of the procurement

Award to 2 suppliers for each of the following:

Lot 2 – Repair of bus shelters/associated infrastructure

It is anticipated that both lots will be in place for a period of 3 years plus a possible 1-year extension. This will allow for efficient provision of new shelters required as new residential developments advance within West Lothian. Lot 2 will establish a catalogue style ordering system for facilitating product-specific repairs in a timely manner as they are reported/realized in line with service standards.

two.2.5) Award criteria

Quality criterion - Name: Method Statement and Risk Assessment / Weighting: 15

Quality criterion - Name: Timescales / Weighting: 10

Quality criterion - Name: Fair Work First / Weighting: 2

Quality criterion - Name: Community Benefits / Weighting: 3

Price - Weighting: 70

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.2.14) Additional information

Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.


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

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-015223


Section five. Award of contract

Lot No

1

Title

Supply, installation, re-siting and removal of bus shelters.

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 July 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Commutaports Limited

Crosshill Road, Bishopbriggs

Glasgow

G64 2QE

Telephone

+44 1417622626

Fax

+44 1417620448

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Markon Limited

Antonine House, 6-10 Dunnswood Road

Cumbernauld

G67 3EN

Telephone

+44 1236875134

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £320,000

Total value of the contract/lot: £320,000


Section five. Award of contract

Lot No

2

Title

Repair of bus shelters/associated infrastructure

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 July 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Commutaports Limited

Crosshill Road, Bishopbriggs

Glasgow

G64 2QE

Telephone

+44 1417622626

Fax

+44 1417620448

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Markon Limited

Antonine House, 6-10 Dunnswood Road

Cumbernauld

G67 3EN

Telephone

+44 1236875134

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £320,000

Total value of the contract/lot: £320,000


Section six. Complementary information

six.3) Additional information

TUPE – The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications.

CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except

insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the

Authority will similarly be treated in confidence except:

(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of

Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’ information.

The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.

(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;

(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the

Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.

(SC Ref:772169)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court

West Lothian Civic Centre

Livingston

EH54 6FF

Country

United Kingdom