Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
UK
Contact person: Mr Ryan Morley
E-mail: ryan.morley@essex.gov.uk
NUTS: UKH3
Internet address(es)
Main address: https://www.essex.gov.uk/
Address of the buyer profile: https://www.essex.gov.uk/
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
PL0093 - Project THRIVE
Reference number: DN751265
II.1.2) Main CPV code
60112000
II.1.3) Type of contract
Services
II.1.4) Short description
Project THRIVE - A research project that will investigate and evaluate a range of initiatives
which aim to grow patronage on bus services.
Essex County Council (ECC) has been allocated £4.9m in 2023/24 and £4.9m in 2024/25
from Department for Transport (DfT) Bus Service Improvement Plan Plus (BSIP+) funding,
this BSIP+ funding will be used to support a range of initiatives that were set out in the Essex
Bus Service Improvement Plan.
The Thrive research project was originally set out in the Essex County Council Bus Service
Improvement Plan 2021-2026 which was published in 2021. The aim of the Thrive research
project is to explore what targeted measures may drive growth in market town bus services.
This data led project will test a range of initiatives and assess which has the greatest impact
on driving passenger growth.
ECC must ensure that all funding conditions under the BSIP+ Funding agreement are
complied with - As defined in the BSIP Memorandum of Understanding (MoU) :
3.2 The Authority may use the funding to target it on the actions that they – and local
operators through their Enhanced Partnership (where relevant) – believe will deliver the best
overall outcomes in growing long term patronage, revenues and thus maintaining service
levels, whilst maintaining essential social and economic connectivity for local communities.
In some places that may involve ensuring existing connections are maintained (either by
conventional services or DRT). Elsewhere it might be achieved through increasing the
frequency on key corridors or the operating hours of some services whilst reducing others; or
reducing fares or introducing new local concessions to open up new markets and revenue.
3.3 The funding must be spent on bus measures.
3.6 The funding should not be used to support generic marketing or advertising costs that are not directly related to specific improvements (such as a fares change, or new services).
ECC intend to utilise a minimal SSQ which will assess Potential Supplier Information and
Exclusion Grounds.
Please Note - Due to the nature of the funding we are unable to provide an estimate of the
value per Lot.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
2 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Route Specific Marketing
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Lot 1 - Route Specific Marketing
Targeted, route specific traditional marketing campaign, including route specific advertising, leaflet dropping and involvement of local councils to assist promotion (e.g. assist with promotion at transport hubs, tourist centres, etc).
II.2.5) Award criteria
Quality criterion: ITT Technical / Quality
/ Weighting: 45
Quality criterion: Social Value
/ Weighting: 5
Price
/ Weighting:
50
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
Lot No: 2
II.2.1) Title
Digital Only Promotion
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Lot 2 - Digital Only Promotion
Digital and social media only promotion / marketing
Please Note - The Authority elected not to award a contract for this Tender Lot.
II.2.5) Award criteria
Quality criterion: ITT Technical / Quality
/ Weighting: 45
Quality criterion: Social Value
/ Weighting: 5
Price
/ Weighting:
50
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
Lot No: 3
II.2.1) Title
Better Information
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Lot 3 - Better Information
Better information at every bus stop , through parishes, bus user groups, businesses,
schools, clubs and communities.
II.2.5) Award criteria
Quality criterion: ITT Technical / Quality
/ Weighting: 45
Quality criterion: Social Value
/ Weighting: 5
Price
/ Weighting:
50
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
Lot No: 4
II.2.1) Title
Increased Frequency
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Lot 4 - Increased Frequency
Such as running the service every 30 minutes instead of hourly.
Please Note - The Authority elected not to award a contract for this Tender Lot.
II.2.5) Award criteria
Quality criterion: ITT Technical / Quality
/ Weighting: 45
Quality criterion: Social Value
/ Weighting: 5
Price
/ Weighting:
50
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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
Notice number in the OJ S:
2024/S 000-036313
Section V: Award of contract
Lot No: 1
Title: Lot 1 - Route Specific Marketing
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/06/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
First Essex Buses Limited
Westway
Chelmsford
CM1 3AR
UK
NUTS: UKH3
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 97 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Lot 2 - Digital Only Promotion
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section V: Award of contract
Lot No: 3
Title: Lot 3 - Better Information
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/06/2025
V.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
First Essex Buses Limited
Westway
Chelmsford
CM1 3AR
UK
NUTS: UKH3
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 160 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Lot 4 - Increased Frequency
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
The High Court
The Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
19/08/2025