Transport is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | LCC\RTPI |
Notice type: | Contract Notice |
Authority: | Transport |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | This is the technical specification for a contract with Lincolnshire County Council (LCC) to supply, install, commission and maintain systems relating to the provision of bus Real Time Passenger Information (RTPI) and bus traffic signal priority at key locations countywide. |
Published: | 10/02/2016 16:48 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Passenger Transport Unit
Lincolnshire County Council, Crown House, Grantham Street, Lincoln, LN2 1BD, United Kingdom
Tel. +44 1522553029, Fax. +44 1522568735, Email: transport.tenders@lincolnshire.gov.uk
Contact: Mike Rigg, Attn: Gareth Maddison or Andrew Addo-Smith
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
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: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: LCC\RTPI
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 20
Region Codes: UKF3 - Lincolnshire
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Real time operating system software package. Real time operating system software development services. This is the technical specification for a contract with Lincolnshire County Council (LCC) to supply, install, commission and maintain systems relating to the provision of bus Real Time Passenger Information (RTPI) and bus traffic signal priority at key locations countywide.
II.1.6)Common Procurement Vocabulary:
48627000 - Real time operating system software package.
72212670 - Real time operating system software development services.
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: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 2
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 36 (from the award of the contract)
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:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Conditions of contract included within the Tender Vault
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Not Provided
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Not Provided
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
Information and formalities necessary for evaluating if requirements are met:
Specific details of requirement contained with Tender Specification.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
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: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
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: Not Provided
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2015/S 177 - 321391 of 12/09/2015
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 07/03/2016
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 11/03/2016
Time: 12:00
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
Duration in month(s): 3
IV.3.8)Conditions for opening tenders
Date: 11/03/2016
Time: 13:00
Persons authorised to be present at the opening of tenders: No
Section VI: Complementary Information
VI.1)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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Information is available via Delta-esourcing. Vault access code is - 69862X3333
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Lincoln:-Real-time-operating-system-software-package./672GDQ4N7T
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/672GDQ4N7T
GO-2016210-PRO-7739508 TKR-2016210-PRO-7739507
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 10/02/2016
ANNEX A
View any Notice Addenda
LCC\RTPI
UK-Lincoln: Real time operating system software package.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Passenger Transport Unit
Lincolnshire County Council, Crown House, Grantham Street, Lincoln, LN2 1BD, United Kingdom
Tel. +44 1522553029, Fax. +44 1522568735, Email: transport.tenders@lincolnshire.gov.uk
Contact: Mike Rigg
Main Address: https://www.delta-esourcing.com/
NUTS Code: UKF3
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: LCC\RTPI Reference number: Not Provided
II.1.2) Main CPV code:
48627000 - Real time operating system software package.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short Description: This is the technical specification for a contract with Lincolnshire County Council (LCC) to supply, install, commission and maintain systems relating to the provision of bus Real Time Passenger Information (RTPI) and bus traffic signal priority at key locations countywide.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 16/05/2016
VI.6) Original notice reference:
Notice Reference: 2016 - 179393
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 29/04/2016
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: V
Lot No: Not provided
Place of text to be modified: Award of Contract - A contract/lot is awarded
Instead of: Yes
Read: No
VII.2) Other additional information: Award has been discontinued in accordance with regulation 55 (1)(b) of the Public Contract Regulations 2015.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=202758416
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Passenger Transport Unit
Lincolnshire County Council, Crown House, Grantham Street, Lincoln, LN2 1BD, United Kingdom
Tel. +44 1522553029, Fax. +44 1522568735, Email: transport.tenders@lincolnshire.gov.uk
Contact: Mike Rigg
Main Address: https://www.delta-esourcing.com/
NUTS Code: UKF3
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: LCC\RTPI
Reference number: Not Provided
II.1.2) Main CPV code:
48627000 - Real time operating system software package.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This is the technical specification for a contract with Lincolnshire County Council (LCC) to supply, install, commission and maintain systems relating to the provision of bus Real Time Passenger Information (RTPI) and bus traffic signal priority at key locations countywide.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 90,240
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
48627000 - Real time operating system software package.
72212670 - Real time operating system software development services.
II.2.3) Place of performance
Nuts code:
UKF3 - Lincolnshire
Main site or place of performance:
Lincolnshire
II.2.4) Description of the procurement: Real time operating system software package
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Price / Weighting: 60
Cost criterion - Name: Price / Weighting: 60
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2015/S 177-321391
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/03/2016
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Idox
Room 5, The Mansion, Bletchley Park, Milton Keynes, MK3 6EB, United Kingdom
NUTS Code: UKF3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 90,240
Total value of the contract/lot: 90,240
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Information is available via Delta-esourcing. Vault access code is - 69862X3333
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=200828973
VI.4) Procedures for review
VI.4.1) Review body
Procurement Lincolnshire
c/o Lincolnshire County Council, Newland, Lincoln, LN1 1BA, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 29/04/2016