Time limit for receipt of tenders or requests to participate
Date: 15/10/2020
Local time: 13:00
The supply of real time passenger information (RTPI) LED displays is issued as part of an open tender process for Surrey County Council (SCC) to identify a single provider for RTPI in-shelter LED displays that will interface with our existing RTPI system.
If you want help with winning this tender, then take a look at our Bid Writing page.
United Kingdom-Kingston-upon-Thames: Information panels
2020/S 182-440758
Contract notice
Supplies
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Official name: Surrey County Council
Postal address: County Hall, Penrhyn Road
Town: Kingston-upon-Thames
NUTS code: UKJ2 Surrey, East and West Sussex
Postal code: KT1 2DN
Country: United Kingdom
Contact person: Oliver Stokes
E-mail:
Telephone: +44 2085419000
Internet address(es):
Main address: https://www.surreycc.gov.uk/
Address of the buyer profile: https://www.sesharedservices.org.uk/esourcing
I.2)Information about joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.sesharedservices.org.uk/esourcing
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.sesharedservices.org.uk/esourcing
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
SCC OS — The Supply of Real Time Passenger Information (RTPI) LED Displays
Reference number: SCC – 031496
II.1.2)Main CPV code
35261000 Information panels
II.1.3)Type of contract
Supplies
II.1.4)Short description:
The supply of real time passenger information (RTPI) LED displays is issued as part of an open tender process for Surrey County Council (SCC) to identify a single provider for RTPI in-shelter LED displays that will interface with our existing RTPI system. The council are looking to award a contract for 2 years with the possibility of three individual annual extension periods. The estimated overall contract value is GBP 1.5 million.
II.1.5)Estimated total value
Value excluding VAT: 15 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKJ2 Surrey, East and West Sussex
Main site or place of performance:
Surrey.
II.2.4)Description of the procurement:
The supply of real time passenger information (RTPI) LED displays.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
Three period of 12-month annual extensions.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Conditions as stated in the procurement documents.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Conditions as stated in the procurement documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 15/10/2020
Local time: 13:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Date: 15/10/2020
Local time: 13:00
Place:
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
This tender is to be completed electronically using the SE Shared Services Procurement eSourcing portal. https://www.sesharedservices.org.uk/esourcing/opportunities 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 allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity you will need to register your company on the SE shared services portal.
VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court of England and Wales
Postal address: The Strand, City of Westminster
Town: London
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
14/09/2020