Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Midlands Combined Authority
16 Summer Lane
Birmingham
B19 3SD
UK
Telephone: +44 3453036760
E-mail: procurement.team@wmca.org.uk
NUTS: UK
Internet address(es)
Main address: https://westmidlandscombinedauthority.org.uk
Address of the buyer profile: https://westmidlandscombinedauthority.org.uk/about/procurement/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://wmca.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://wmca.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://wmca.bravosolution.co.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Sustainable Travel Framework.
Reference number: A2014169
II.1.2) Main CPV code
60000000
II.1.3) Type of contract
Services
II.1.4) Short description
Sustainable Travel is defined as techniques for influencing people's travel behaviour towards more sustainable options including:
— Providing people with better information about their travel options;
— Actively marketing sustainable travel options;
— Making improvements to transport services to meet people's needs;
— Providing options that reduce the need to travel at all.
This framework is divided into 2 lots:
It is WMCA's intention to make the framework available to other local authorities in the UK. Please see the Individual Lot Descriptions at 11.2.4 for more details.
As this is a Framework Agreement it is not known at this stage what the aggregate value of spend will be across the various Lots. The figure given below is an estimate of WMCA spend over 4 years for tendering purposes only, please note that WMCA cannot be held to this figure.
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
Bikeability Service (Administration and Delivery).
II.2.2) Additional CPV code(s)
34431000
34432000
98336000
80510000
34430000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
West Midlands (UK) although other authorities within the UK may access the framework.
II.2.4) Description of the procurement
It is expected that the Service Provider will source, deliver and manage all elements of an organisations cycling provision with the aim to increase cycling activity. Participants will come from primary and secondary schools and parents with a wide range of services provided for all cycling abilities.
The following district partners will assist WMCA with tender evaluations and have expressed an interest in calling off from the framework:
Birmingham City Council
Sandwell Metropolitan Borough Council.
It is WMCA's intention to make the framework available to other local authorities in the UK. This will consist of the following (but not limited to):
— all county councils, borough and district councils and unitary authorities throughout England, Northern Ireland, Scotland and Wales
— all those bodies listed in Statutory Instrument 2014/2234 — The Whole of Government Accounts (Designation of Bodies) Order 2014, http://www.legislation.gov.uk/uksi/2014/2234/schedule/made including future bodies as well as bodies being established as a result of re-organisations, and any subsequent order(s) should the 2014 Orders be collectively or individually repealed. For the avoidance of doubt, this shall include, but not be limited to, all local authorities and all Integrated Transport Authorities including those not listed in the 2014 Orders but who are members of the Urban Transport Group as currently listed under http://www.urbantransportgroup.org/about-us/our-members and any updated lists.
— public transport providers in England, Wales, Scotland, Northern Ireland and other parts of the UK registered with Vehicle and Operator Service Agency.
Private entities/companies that are not bound by public procurement regulation, and that are not classed as ‘contracting authorities’ under the PCR 2015 may also access this framework if required.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
No funds are currently confirmed but during the life of the framework there could be potential for a number of funding work streams to call off from the framework. These may include (but not limited to) European Union (EU) European Social Fund (ESF) and Youth Employment Initiative (YEI) projects. Funding bids are pending and therefore WMCA cannot guarantee the award of specific work packages.
Lot No: 2
II.2.1) Title
Road Safety and Sustainable Travel Education, Training and Publicity
II.2.2) Additional CPV code(s)
80000000
80330000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
West Midlands (UK) although other authorities within the UK may access the framework.
II.2.4) Description of the procurement
The successful providers are to provide a range of Road Safety Education, Training and Publicity activities to reduce Killed and Seriously Injured (KSI) cases and increase modal share of active travel choices.
The following district partners will assist WMCA with tender evaluations and have expressed an interest in calling off from the framework:
Dudley Metropolitan Borough Council, City of Wolverhampton, Birmingham City Council.
It is WMCA's intention to make the framework available to other local authorities in the UK. This will consist of the following (but not limited to):
— all county councils, borough and district councils and unitary authorities throughout England, Northern Ireland, Scotland and Wales.
— all those bodies listed in Statutory Instrument 2014/2234 — The Whole of Government Accounts (Designation of Bodies) Order 2014, http://www.legislation.gov.uk/uksi/2014/2234/schedule/made including future bodies as well as bodies being established as a result of re-organisations, and any subsequent order(s) should the 2014 Orders be collectively or individually repealed. For the avoidance of doubt, this shall include, but not be limited to, all local authorities and all Integrated Transport Authorities including those not listed in the 2014 Orders but who are members of the Urban Transport Group as currently listed under http://www.urbantransportgroup.org/about-us/our-members and any updated lists.
— public transport providers in England, Wales, Scotland, Northern Ireland and other parts of the UK registered with Vehicle and Operator Service Agency.
Private entities/companies that are not bound by public procurement regulation, and that are not classed as ‘contracting authorities’ under the PCR 2015 may also access this framework if required.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
No funds are currently confirmed but during the life of the framework there could be potential for a number of funding work streams to call off from the framework. These may include (but not limited to) European Union (EU) European Social Fund (ESF) and Youth Employment Initiative (YEI) projects. Funding bids are pending and therefore WMCA cannot guarantee the award of specific work packages.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
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
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/07/2017
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
24/07/2017
Local time: 17:00
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.4) Procedures for review
VI.4.1) Review body
West Midlands Combined Authority
Birmingham
UK
VI.5) Date of dispatch of this notice
21/06/2017