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