Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Milton Keynes City Council
Civic Office, 1 Saxon Gate East
Milton Keynes
MK9 3EJ
UK
Telephone: +44 1908691691
E-mail: corporateprocurement@milton-keynes.gov.uk
NUTS: UKJ12
Internet address(es)
Main address: https://in-tendhost.co.uk/milton-keynes/aspx/Home
Address of the buyer profile: https://www.milton-keynes.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/milton-keynes/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent 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
Supply and Installation of Bus Stop Infrastructure DPS
Reference number: 2021-019
II.1.2) Main CPV code
44212321
II.1.3) Type of contract
Supplies
II.1.4) Short description
Miton Keynes City Council (The Council) wishes to invite applications for admission to the Dynamic Purchasing System (DPS) for supply and installation of Bus Stop Infrastructure. The Bus Stop Infrastructure DPS is required so that the delivery of the Council's capital programme of bus stop upgrade projects is supported by suitably qualified, experienced suppliers. Any contracts that are to be awarded via this DPS will be done so via the terms of this DPS. Tenders are expected to be run throughout the term of the DPS. The resultant contracts will run for the period stated within the specification/requirement. Invitations to Tender/further competition will be conducted. Invitations to tender may be issued at any time during the term of the DPS . The DPS is for a period 27 January 2025 - 23 February 2029.
II.1.5) Estimated total value
Value excluding VAT:
3 300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
34931100
45213315
34928440
45261215
09331000
44212321
II.2.3) Place of performance
NUTS code:
UKJ12
Main site or place of performance:
II.2.4) Description of the procurement
Milton Keynes City Council (The Council) wishes to invite applications for admission to the Dynamic Purchasing System (DPS) for supply and installation of Bus Stop Infrastructure. The Bus Stop Infrastructure DPS is required so that the delivery of the Authority’s capital programme of bus stop upgrade projects is supported by suitably qualified, experienced suppliers. Any contracts that are to be awarded via this DPS will be done so via the terms of this DPS. Tenders are expected to be run throughout the term of the DPS. The resultant contracts will run for the period stated within the specification/requirement. The total value of DPS will not be greater than £3.3 million There will be no guarantee of work or volume of work to be given under this DPS. The services are procured under a multiple-provider Dynamic Purchasing System. There will be no limit to the number of Providers accepted onto the Dynamic Purchasing System, providing they meet the selection criteria. The Council is therefore able to add Suppliers throughout its term. New Suppliers will be able to apply to be accepted onto the Dynamic Purchasing system at any point during the term of the DPS. Suppliers are responsible for ensuring that they inform the Council of any material changes to the information supplied in any application at any time during the term of the DPS. The Council will consider material changes and decide if they impact upon the Supplier's ability to comply with the requirements of the service specification.
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:
3 300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
27/01/2025
End:
23/02/2029
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
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:
As stated in 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.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/02/2029
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2028
VI.2) Information about electronic workflows
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court Royal Court of Justice
London
WC24 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. Applicants may seek further clarification from the Contracting Authority following receipt of this information and the Contracting Authority will provide further clarification as appropriate. If any clarification regarding the award of the Contract has not been successfully resolved, an Applicant can consider its option under the Public Contracts Regulations 2015. Applicants would need to obtain their own legal advice.
VI.5) Date of dispatch of this notice
29/11/2024