Section one: Contracting authority
one.1) Name and addresses
Milton Keynes City Council
Civic Office, 1 Saxon Gate East
Milton Keynes
MK9 3EJ
corporateprocurement@milton-keynes.gov.uk
Telephone
+44 1908691691
Country
United Kingdom
NUTS code
UKJ12 - Milton Keynes
Internet address(es)
Main address
https://in-tendhost.co.uk/milton-keynes/aspx/Home
Buyer's address
https://www.milton-keynes.gov.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/milton-keynes/aspx/Home
Additional information can be obtained from the above-mentioned address
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
Supply and Installation of Bus Stop Infrastructure DPS
Reference number
2021-019
two.1.2) Main CPV code
- 44212321 - Bus shelters
two.1.3) Type of contract
Supplies
two.1.4) Short description
Miton Keynes City Council (The Council) wishes to invite applications for admission to the Dynamic Purchasing System (DPS) for supply and installation of Bus Stop Infrastructure. The Bus Stop Infrastructure DPS is required so that the delivery of the Council's capital programme of bus stop upgrade projects is supported by suitably qualified, experienced suppliers. Any contracts that are to be awarded via this DPS will be done so via the terms of this DPS. Tenders are expected to be run throughout the term of the DPS. The resultant contracts will run for the period stated within the specification/requirement. Invitations to Tender/further competition will be conducted. Invitations to tender may be issued at any time during the term of the DPS . The DPS is for a period 27 January 2025 - 23 February 2029.
two.1.5) Estimated total value
Value excluding VAT: £3,300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34931100 - Docking installations
- 45213315 - Bus-stop shelter construction work
- 34928440 - Bus-stop posts
- 45261215 - Solar panel roof-covering work
- 09331000 - Solar panels
- 44212321 - Bus shelters
two.2.3) Place of performance
NUTS codes
- UKJ12 - Milton Keynes
two.2.4) Description of the procurement
Milton Keynes City Council (The Council) wishes to invite applications for admission to the Dynamic Purchasing System (DPS) for supply and installation of Bus Stop Infrastructure. The Bus Stop Infrastructure DPS is required so that the delivery of the Authority’s capital programme of bus stop upgrade projects is supported by suitably qualified, experienced suppliers. Any contracts that are to be awarded via this DPS will be done so via the terms of this DPS. Tenders are expected to be run throughout the term of the DPS. The resultant contracts will run for the period stated within the specification/requirement. The total value of DPS will not be greater than £3.3 million There will be no guarantee of work or volume of work to be given under this DPS. The services are procured under a multiple-provider Dynamic Purchasing System. There will be no limit to the number of Providers accepted onto the Dynamic Purchasing System, providing they meet the selection criteria. The Council is therefore able to add Suppliers throughout its term. New Suppliers will be able to apply to be accepted onto the Dynamic Purchasing system at any point during the term of the DPS. Suppliers are responsible for ensuring that they inform the Council of any material changes to the information supplied in any application at any time during the term of the DPS. The Council will consider material changes and decide if they impact upon the Supplier's ability to comply with the requirements of the service specification.
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: £3,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
27 January 2025
End date
23 February 2029
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.2.13) 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 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 procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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
23 February 2029
Local time
12:00pm
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: Yes
Estimated timing for further notices to be published: 2028
six.2) Information about electronic workflows
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court Royal Court of Justice
London
WC24 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. Applicants may seek further clarification from the Contracting Authority following receipt of this information and the Contracting Authority will provide further clarification as appropriate. If any clarification regarding the award of the Contract has not been successfully resolved, an Applicant can consider its option under the Public Contracts Regulations 2015. Applicants would need to obtain their own legal advice.