By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

HCC - 03/16 Provison of Bus Shelters and Bus Stop Cleaning and Maintenance in Hertfordshire.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Hertfordshire County Council
Pegs Lane
Contact point(s): Highways, Operations and Strategy - UKH23
For the attention of: Daniel Tancock, Strategy and Programmes Manager - Highways
SG13 8DE Hertford
UNITED KINGDOM
Telephone: +44 01992588619
E-mail:

Internet address(es):

General address of the contracting authority: www.hertsdirect.org

Address of the buyer profile: www.supplyhertfordshire.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
HCC - 03/16 Provison of Bus Shelters and Bus Stop Cleaning and Maintenance in Hertfordshire.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 13: Advertising services

NUTS code UKH23

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Hertfordshire County Council Highways Department are currently out to tender for the provision of Bus Shelters and Bus Stop Cleaning and Maintenance in Hertfordshire. Therefore the Council is seeking tenders from suitably qualified and experienced organisations for the supply, installation and maintenance of bus shelters (i.e. advertising and non-advertising) and the generation of revenue sharing from the placing of advertising on these shelters.
This procurement has been divided into 3 Lots:
Lot 1 - The Provision, Maintenance and Cleaning of Advertising and Non-Advertising Shelters at specified sites across the County of Hertfordshire (public concession contract and shall be at nil cost to the Council).
Lot 2 - The Provision of Regular Bus Stop Maintenance and Cleaning Services at both Non-Advertising Shelter and Non-Shelter sites across the County of Hertfordshire (public contract).
Lot 3 - The Provision, Maintenance and Cleaning of Advertising, Non-Advertising Shelters and Non-Shelter sites across the County of Hertfordshire (a combination of Lots 1 and 2 above).
Please note that the Council can award any Lot but there is no intention to award all 3 Lots. For the avoidance of doubt, Tenderers can tender for any of the Lots, i.e. on the basis of the following:
- Lot 1 only;
- Lot 2 only;
- Lots 1 and 2 (both individually);
- Lot 3 (a combination of Lot 1 and 2 combining the commercial benefits).
Submitting a tender for one Lot does not exclude the same Tenderer from submitting a tender for the other Lots.
In view of the Lots and subject to the successful completion of the procurement process, the Council intends to award a public concession contract and a public contract. This procurement is a 1-stage procurement process. Suppliers wishing to take part in this project are invited to ‘express interest’ which will give access to the full procurement documents in the e-tendering system.
To be considered as a Tenderer you must complete and submit a Bid by the deadline of 12:00 on 16.5.2016.
Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above. Please allow sufficient time to make your return as late returns will not be permitted by the system.
Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed and attested under the common seal of the Council. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.
Please also note that the TUPE Staffing Information for this procurement (i.e. Lot 2 and the same requirements for Lot 3 respectively) have been provided along with other documentation for this procurement. TUPE related information must be treated as protected data in accordance with the requirements of the Data Protection Act 1998 and must be kept confidential. By clicking on the View Details button and accessing the documentation for this procurement, Tenderers agree:
a) to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party,
b) that under no circumstances will any of the information be disclosed by your organisation or your personnel to any third party without the Council's prior consent in writing,
c) that the information supplied will be stored securely and destroyed or returned to the Council, after your Organisation's bid has been submitted or you decide not to proceed with a tender submission,
d) that you will indemnify the Council for any losses, arising from your breach or breach by any of your personnel of these confidentiality requirements specified above and data protection requirements in relation to TUPE Staffing Information,
e) the requirements above apply whether the supplier uploads a tender response to this procurement or not.
II.1.6)Common procurement vocabulary (CPV)

44212321, 50000000, 44112100, 34928440, 45213315, 79341000, 34928000, 50800000, 45233293, 31527260

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The contract(s) will be awarded for a core period of 15 years, with the option to extend the contract(s) for a further 5 years at the Council's sole discretion.
The estimated total value of Lot 1 is between 24 000 000 GBP to 26 000 000 GBP; and between 5 500 000 GBP to 6 500 000 for Lot 2; and between 29 500 000 GBP to 32 500 000 GBP for Lot 3 and is for the core contract period inclusive of the approximate value for extensions (if any).
For the avoidance of doubt, the estimated annual contract value(s) will be approximately 1 200 000 GBP to 1 300 000 GBP for Lot 1; and 275 000 GBP to 325 000 GBP for Lot 2; and 1 475 000 GBP to 1 625 000 GBP for Lot 3. Furthermore, the value(s) for Lot 1 and the same requirements within Lot 3 respectively are an estimate of the revenue that should be generated by the Concessionaire from advertising; therefore this shall be the concession element of the aforementioned contract(s).
Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.
Estimated value excluding VAT:
Range: between 29 500 000 and 32 500 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: There is an option to extend the contact for a further 60 months at the Council's discretion.
Provisional timetable for recourse to these options:
in months: 180 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Starting 1.1.2017. Completion 31.12.2031

Information about lots

Lot No: 1 Lot title: The Provision, Maintenance and Cleaning of Advertising and Non-Advertising Shelters at specified sites across the County of Hertfordshire
1)Short description
Please refer to the procurement documents.
2)Common procurement vocabulary (CPV)

44212321, 50000000, 44112100, 45213315, 79341000, 34928000, 50800000, 31527260, 45233293

3)Quantity or scope
See II.2.1) of this Contract Notice for further information.
Estimated value excluding VAT:
Range: between 24 000 000 and 26 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: The Provision of Regular Bus Stop Maintenance and Cleaning Services at both Non-Advertising Shelter and Non-Shelter sites across the County of Hertfordshire
1)Short description
Please refer to the procurement documents.
2)Common procurement vocabulary (CPV)

44212321, 50000000, 44112100, 34928440, 34928000, 50800000, 50230000

3)Quantity or scope
See II.2.1) of this Contract Notice for further information.
Estimated value excluding VAT:
Range: between 5 500 000 and 6 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: The Provision, Maintenance and Cleaning of Advertising, Non-Advertising Shelters and Non-Shelter sites across the County of Hertfordshire (a combination of Lots 1 and 2)
1)Short description
Please refer to the procurement documents.
2)Common procurement vocabulary (CPV)

44212321, 50000000, 44112100, 34928440, 45213315, 79341000, 34928000, 50800000, 31527260, 45233293

3)Quantity or scope
See II.2.1) of this Contract Notice for further information.
Estimated value excluding VAT:
Range: between 29 500 000 and 32 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Please refer to the procurement documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to the procurement documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to the procurement documents.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Please refer to the procurement documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to the procurement documents.
Minimum level(s) of standards possibly required: Please refer to the procurement documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the procurement documents.
Minimum level(s) of standards possibly required:
Please refer to the procurement documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
HCC1608718
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 058-101458 of 24.3.2015

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
16.5.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.

To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance.

The Tender Process: This tender is a one stage procurement process. If you wish to be considered as a Tenderer, you must complete and submit a tender by the closing date and time. Tenders cannot be uploaded after the closing date/time.
Any clarifications regarding this opportunity must be raised through correspondence area in the e-Tendering system.

If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:30.

The Council reserves the right at any time to cease the procurement process and not award a contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any tenderer as a result.
The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the applicant considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.
The Council reserves the right to carry out additional financial checks on all companies tendering for this Contract at any time during the procurement process to ensure that they continue to meet the Council's requirements and remain financially viable to perform the contract.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

See VI.4.2) of this Contract Notice

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
12.4.2016