Section one: Contracting authority
one.1) Name and addresses
West Midlands Combined Authority
16 Summer Lane
Birmingham
B19 3SD
Contact
Jessica Brydon
Telephone
+44 3453036760
Country
United Kingdom
Region code
UKG - West Midlands (England)
Internet address(es)
Main address
https://wmca.bravosolution.co.uk/web/login.html
Buyer's address
https://wmca.bravosolution.co.uk/web/login.html
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://wmca.bravosolution.co.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://wmca.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
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
https://wmca.bravosolution.co.uk/web/login.html
two.1.2) Main CPV code
- 63712000 - Support services for road transport
two.1.3) Type of contract
Services
two.1.4) Short description
This Invitation to Tender ("ITT") has been produced to enable WMCA to evaluate the solutions and services offered by bidders and identify the bidder(s) which best meet its needs.
TfWM will introduce hubs on the transport network (including rail and bus stations), local centres, and within residential developments. At these locations, hubs will:
• Introduce a physical platform for the introduction of sustainable travel options.
• Co-locate sustainable travel options to provide users with an integrated experience.
• Provide wider community services to help people to live locally.
TfWM are seeking a partner (Supplier) to design, supply, install, deliver the required infrastructure. The Supplier will work collaboratively with TfWM and the constituent authorities of the West Midlands Combined Authority (WMCA). Together, we will use our prototype design and the core requirements set out in this specification to develop a cost-effective, street-ready, high-quality, and user-centred mobility hub product for the region.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30199500 - Box files, letter trays, storage boxes and similar articles
- 33182100 - Defibrillator
- 34430000 - Bicycles
- 34928440 - Bus-stop posts
- 34928472 - Sign posts
- 34928500 - Street-lighting equipment
- 39113600 - Benches
- 44212321 - Bus shelters
- 45223320 - Park-and-ride facility construction work
- 60100000 - Road transport services
- 71220000 - Architectural design services
- 71240000 - Architectural, engineering and planning services
- 71322500 - Engineering-design services for traffic installations
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
The vision for this project is “To define and test Mobility Hubs, based on citizen-centric needs, to determine what contribution they can make to building a better connected, more prosperous, fairer, greener and healthier region”. The project is the second phase of the West Midlands Mobility Hub Programme. With this programme, Transport for West Midlands (TfWM) will be among the first UK regions to deploy a large network of mobility hubs.
TfWM will introduce hubs on the transport network (including rail and bus stations), local centres, and within residential developments. At these locations, hubs will:
• Introduce a physical platform for the introduction of sustainable travel options.
• Co-locate sustainable travel options to provide users with an integrated experience.
• Provide wider community services to help people to live locally.
TfWM are seeking a partner (Supplier) to design, supply, install, deliver the required infrastructure. The Supplier will work collaboratively with TfWM and the constituent authorities of the West Midlands Combined Authority (WMCA). Together, we will use our prototype design and the core requirements set out in this specification to develop a cost-effective, street-ready, high-quality, and user-centred mobility hub product for the region.
By April 2023, we require the Supplier to design, supply, install and deliver three mobility hubs in 2023. TfWM will use these three hubs during a DfT-funded pilot in Halesowen. Following this, there is the potential that TfWM will install up to 40 mobility hubs across the region by 2027. TfWM aims to work with the Supplier appointed through this procurement process on both phases of the programme. This wider deployment is subject to quality delivery during the pilot project, and business case approval.
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
31 March 2022
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract may be extended to cover Phase 3 of the Mobility Hubs programme, which has been taken into account in the ITT and the value of works stated within the Contract Notice
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents
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.2.2) Contract performance conditions
As stated in the procurement documents
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 November 2022
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
25 November 2022
Local time
12:00pm
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
High Court of England and Wales
London
WC1A 2LL
Country
United Kingdom