Tender

Supply and Installation of Bus Stop Infrastructure DPS

  • Milton Keynes City Council

F02: Contract notice

Notice identifier: 2024/S 000-038635

Procurement identifier (OCID): ocds-h6vhtk-04c139

Published 29 November 2024, 3:09pm



Section one: Contracting authority

one.1) Name and addresses

Milton Keynes City Council

Civic Office, 1 Saxon Gate East

Milton Keynes

MK9 3EJ

Email

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.