Tender

Framework for Supply, Installation and Maintenance of Authority Owned Bus Shelter and Bus Stop Infrastructure

  • HAMPSHIRE COUNTY COUNCIL

F02: Contract notice

Notice identifier: 2024/S 000-035288

Procurement identifier (OCID): ocds-h6vhtk-04b2d3

Published 31 October 2024, 11:03am



Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO238ZB

Contact

Angela Maslin

Email

strategic.procurement@hants.gov.uk

Country

United Kingdom

Region code

UKJ3 - Hampshire and Isle of Wight

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.hants.gov.uk

one.3) Communication

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

https://www.in-tendhost.co.uk/hampshire

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.in-tendhost.co.uk/hampshire

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 Supply, Installation and Maintenance of Authority Owned Bus Shelter and Bus Stop Infrastructure

Reference number

UN24309

two.1.2) Main CPV code

  • 44212321 - Bus shelters

two.1.3) Type of contract

Supplies

two.1.4) Short description

Hampshire Passenger transport service owns and maintains approximately 125 bus shelters across Hampshire County Council's passenger transport remit to support the region's public transport network by making it easier for people to access employment, healthcare, leisure and education. An improved public transport system supports economic growth by providing a more efficient transport network, reducing traffic congestion and enabling sustainable development. 

Bus Shelters (BS)

The scope of works for shelters is A) Maintenance/repair, B) Assessments/checks, C) Supply/installation of shelters:

Maintenance - to include replacement of damaged shelter panels (polycarbonate, wood, aluminium/stainless steel and glass), removal and replacement of structural components including legs, transoms and midrails, cleaning of bus shelters/Real Time Information Units (RTPI), close down and removal of shelters, emergency shelter removals/close-downs/call outs, supply/install shelter graphics and integrated flag details, supply and install integrated flags/timetable cases, the removal, relocation and reinstallation of shelters, refurbishment of shelters (including on-site and off-site), storage of shelters, disconnection and reconnection of power supplies.

Assessments/checks - to include shelter surveys, CCTV monitoring including removal/transport of hard drives and help point monitoring, assessments of shelter paint micron density, metal fatigue/strength tests, wood fatigue/strength tests, solar panel meter recording. Periodic and routing electrical safety inspections and certification.

Supply/installation of shelters - to include manufacture from wood, aluminium and stainless steel. Differing sizes of modular construction and various roof width options. Other options to include polycarbonate panels, stainless steel, safety glass, RAL paint colour options, CCTV, solar panels, LED lighting, timer/proximity light sensors, installation of RTPI displays and brackets, provision of electrical feeder pillars and switchgear and trenching, management of supply of electrical connection.

Bus Stop Infrastructure (BSI)

The scope of works for Bus Stop Infrastructure tasks is A) Maintenance, B) Civil Works and C) Supply:

Maintenance - to include banding of flags/timetable cases/litterbins to poles, cleaning of bus stops/kiosks/CCTV/solar panels, close down of stops, emergency stop closes/call outs, supply/install post graphics and flag details, supply and install integrated flags/timetable cases/roundels, surveys, user acceptance tests of infrastructure, CCTV monitoring, removal/transport of hard drives and help point monitoring.

Civil works - to include 76mm poles, hardstands of various sizes, raised boarding kerbs, tactile dropped kerbs and repairs to existing stop civil works.

Supply - to include stop pole, bus stop cap, bus stop roundels, banding, bus stop flags, clearway plates, temporary stops, timetable case cap/vinyl/poly, CCTV, solar panels, near field communication tag ("NFC" tag) has small microchips that can be read by in range mobile devices. Information is stored in these microchips. An NFC tag that has the ability to send data to mobile phones with NFC capabilities; brackets for flag/timetable case and stickers (various - Traveline etc.).

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45213315 - Bus-stop shelter construction work
  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
  • UKJ25 - West Surrey
  • UKJ26 - East Surrey
  • UKJ34 - Isle of Wight
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ37 - North Hampshire
  • UKK15 - Wiltshire CC
  • UKK24 - Bournemouth, Christchurch and Poole
  • UKK25 - Dorset
Main site or place of performance

This Framework covers the geographical scope for Hampshire County Council Authority area (not including Portsmouth and Southampton ),

Named Authorities listed in II.2.14. Additional information can also use this Framework.

two.2.4) Description of the procurement

This opportunity is for the establishment of a Single Supplier Framework Agreement for Bus Shelter maintenance/repair, Assessments/checks, and Supply/installation and Bus Stop Infrastructure maintenance, civil works and supply and using the Open Procedure.

There is no guarantee of works and orders via the Framework from any named Authorities listed in II.2.14

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: £8,000,000

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

Duration in months

48

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: No

two.2.14) Additional information

The following Local Authorities can use the Framework upon completion of an Access agreement:

Dorset County Council

Bournemouth Christchurch and Poole Council

Oxfordshire County Council

Isle of Wight Council

Wiltshire Council

Surrey County Council

Town, Borough, District and Parish Councils within the Hampshire County Council Authority area


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

Bidders are required to hold ISO9001 or equivalent

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


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

Framework agreement with a single operator

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

5 December 2024

Local time

2:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

5 December 2024

Local time

2:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

High Courts of England and Wales Judicial Office

London

Country

United Kingdom