Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PL0093 - Project THRIVE

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04b53c
Published by:
Essex County Council
Authority ID:
AA20967
Publication date:
26 February 2025
Deadline date:
07 February 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Login


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.1.5) Estimated total value

Value excluding VAT: 2 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

Criteria below:

Quality criterion: ITT Technical / Quality / Weighting: 45

Quality criterion: Social Value / Weighting: 5

Price / Weighting:  50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

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

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

II.2.5) Award criteria

Criteria below:

Quality criterion: ITT Technical / Quality / Weighting: 45

Quality criterion: Social Value / Weighting: 5

Price / Weighting:  50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

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

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

Criteria below:

Quality criterion: ITT Technical / Quality / Weighting: 45

Quality criterion: Social Value / Weighting: 5

Price / Weighting:  50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

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

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.

II.2.5) Award criteria

Criteria below:

Quality criterion: ITT Technical / Quality / Weighting: 45

Quality criterion: Social Value / Weighting: 5

Price / Weighting:  50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

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

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 detailed within the tender documents.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/02/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 07/02/2025

Local time: 12:00

Place:

Electronically via the system functionality within the Council's e-tendering system, ProContract

Information about authorised persons and opening procedure:

Electronic process - The commercial officer will conduct the opening process via the functionality within the Council's e-sourcing portal, ProContract. No postal responses or any submissions which are issued outside the electronic portal will be accepted.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

13/01/2025

Coding

Commodity categories

ID Title Parent category
60112000 Public road transport services Road transport services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ryan.morley@essex.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.