Tender

https://wmca.bravosolution.co.uk/web/login.html

  • West Midlands Combined Authority

F02: Contract notice

Notice identifier: 2022/S 000-029976

Procurement identifier (OCID): ocds-h6vhtk-037bc7

Published 24 October 2022, 6:11pm



Section one: Contracting authority

one.1) Name and addresses

West Midlands Combined Authority

16 Summer Lane

Birmingham

B19 3SD

Contact

Jessica Brydon

Email

Jessica.Brydon@wmca.org.uk

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