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

WSCC LC - Real Time Passenger Information System.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

West Sussex County Council
County Hall, West Street
For the attention of: Laura Curme
PO19 1RG Chichester
United Kingdom
E-mail:

Internet address(es):

General address of the contracting authority: www.westsussex.gov.uk

Address of the buyer profile: http://www.sesharedservices.org.uk/esourcing

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:
WSCC LC - Real Time Passenger Information System.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 2: Land transport services [2], including armoured car services, and courier services, except transport of mail

NUTS code UKJ2

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)
The Employer wishes to enter into a short term contract to operate and maintain the existing real time passenger information (RTPI) system whilst a full review of the current system is completed.
Once the short term contract has been awarded, work will commence on a long term contract which will include but not limited to, the implementation of proposed changes to the system architecture; provision of RTPI displays, server-to-server data feeds and maintenance of the entire RTPI system.
The Employer wishes to procure an operation and maintenance service over a planned period of 2 years from August 2016. The annual contract value is estimated at 100 000 GBP. The service will be for an initial period of 2 years with an option to extend at the Employers discretion for up to a further 2 years.
The service to be procured may include but not limited to:
Operation and maintenance of the existing RTPI system;
Supply, installation, testing and commissioning of RTPI displays and on-vehicle equipment, and the provision of new server-to-server data feeds.
II.1.6)Common procurement vocabulary (CPV)

48813000, 48813200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
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:
Estimated value excluding VAT:
Range: between 300 000 and 600 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in tender 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: As detailed in tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
WSCC - 007904
IV.3.2)Previous publication(s) concerning the same contract
no
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
15.7.2016
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
This is a recurrent procurement: no
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

This tender is to be completed electronically using the SE Shared Services Procurement eSourcing portal: http://www.sesharedservices.org.uk/esourcing

The SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and Potential Bidders. The portal clarifications and submit your bid electronically.

In order to bid for this opportunity you will need to register your company on the SE Shared Services portal: http://www.sesharedservices.org.uk/esourcing

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
17.6.2016