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

Project Consultation Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

South Yorkshire Passenger Transport Executive
11 Broad Street West
S1 2BQ Sheffield
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.sypte.co.uk/contracts

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 agency/office
I.3)Main activity
Other: Public Transport Facilitation
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Barnsley, Doncaster, Rotherham, Sheffield & North East Midlands Combined Authority
AMP Technology Centre, Advanced Manufacturing Park, Brunel Way
S60 5WG Rotherham
UNITED KINGDOM

Sheffield City Region Local Enterprise Partnership Ltd
AMP Technology Centre, Advanced Manufacturing Park, Brunel Way
S60 5WG Rotherham
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Project Consultation Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 10: Market research and public opinion polling services
Main site or location of works, place of delivery or of performance: South Yorkshire, England.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 4

Duration of the framework agreement

Duration in years: 04

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 100 000 and 300 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Framework Agreement will last for four years. The successful Providers will be retained by SYPTE to work on specific projects, as required. They will be expected to provide full creative support and implement projects that range from community engagement on the location of public transport routes and stops, establishing bus partnerships to consultation on policy development and on major capital infrastructure developments.
II.1.6)Common procurement vocabulary (CPV)

79416200, 79320000, 73210000

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: 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:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and severally liable.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: Completion of a PreQualification Questionnaire will be required.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Completion of a PreQualification Questionnaire will be required.
Minimum level(s) of standards possibly required: Demonstrate good financial trading in the previous three years by providing sets of accounts.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Completion of a PreQualification Questionnaire will be required.
Minimum level(s) of standards possibly required:
1. Experience of delivering large and small scale public consultation and information campaigns in the public sector and/or transport sectors.
2. Experience of designing printed information material (within a set of existing guidelines) and interactive on line tools (according to clients' IT specifications) to support consultation.
3. Experience of sourcing, gathering and interpreting data from relevant and an ability to present this in a concise and meaningful manner for consultation analysis and to inform policy development.
4. Knowledge and understanding of political and socio-economic structure and trends in South Yorkshire and Sheffield City Region.
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 8

Objective criteria for choosing the limited number of candidates: Expressions of interest will be evaluated against the minimum standards set out in III.2.2 and 2.3 above, if the number of candidates remain above the maximum set of 8 they will be evaluated on a scored assessment for technical capacity, full details of which are included in the documentation for this tender available on our website at www.sypte.co.uk/contracts and the 8 highest scoring candidates will be invited.

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:
2296
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
12.3.2014 - 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
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: yes
Reference to project(s) and/or programme(s): Some projects may include ERDF funded projects.
VI.3)Additional information
The values set out in II.1.4 above are estimates only given the nature of the call off projects and cannot be a guarantee of spend value.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

South Yorkshire Passenger Transport Executive
11 Broad Street West
S1 2BQ Sheffield
UNITED KINGDOM
E-mail:

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

South Yorkshire Passenger Transport Executive
11 Braod Street West
S1 2BQ Sheffield
UNITED KINGDOM
E-mail:

VI.5)Date of dispatch of this notice:
4.2.2014