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

Newport Super Connected Cities- Public Transport

  • First published: 29 October 2014
  • Last modified: 29 October 2014

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)

Contents

Summary

OCID:
ocds-kuma6s-017097
Published by:
Newport City Council
Authority ID:
AA0273
Publication date:
29 October 2014
Deadline date:
01 December 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Secretary of State for the Department for Culture Media and Sport (DCMS) has launched a Super Connected Cities Programme to improve Broadband provisions and to provide contiguous wireless coverage in Cities within the UK. Newport has been nominated as a Super Connected City in the Wave Two roll out. The Super Connected Cities Programme aims to stimulate local economies, improve employment and to provide easy internet access to all aspects of society. Newport Council is seeking Tender Submissions from suitably experienced organisations for the provision and supply of Wireless services. Subject to the successful completion of the procurement process, the Council intend to award a contract for the provision of wi-fi services on Public Transport to the successful supplier. The Council has 2 other project in progression for free wi-fi services: - Street wi-fi service - free public wi-fi to high footfall areas in Newport City Centre - Public Buildings wi-fi service – free public wi-fi across Council owned buildings throughout the City The provision of a free wi-fi service across public transport, commencing with public bus services, will complement these wireless offerings in the City. It is an aspiration of the Council that free public wi-fi is accessible to all. This element of Newport’s Super Connected Cities Programme brings Newport even closer to achieving this aspiration. Aims of the Public Transport Wi-Fi Project The aims of this project are: To provide an ‘always on’ free public wi-fi to buses which falls within the scope of this procurement. The invitation to negotiate is to identify options available that will deliver the desired outcome such as a fully managed service or voucher scheme. CPV: 64200000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Newport City Council

Civic Centre,

Newport

NP20 4UR

UK

Stephanie Molina

+44 1633210214



www.newport.gov.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0273

www.etenderwales.bravosolution.co.uk

www.etenderwales.bravosolution.co.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Newport Super Connected Cities- Public Transport

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

5

II.1.2)

Main site or location of works, place of delivery or performance

Newport South Wales



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Secretary of State for the Department for Culture Media and Sport (DCMS) has launched a Super Connected Cities Programme to improve Broadband provisions and to provide contiguous wireless coverage in Cities within the UK. Newport has been nominated as a Super Connected City in the Wave Two roll out.

The Super Connected Cities Programme aims to stimulate local economies, improve employment and to provide easy internet access to all aspects of society.

Newport Council is seeking Tender Submissions from suitably experienced organisations for the provision and supply of Wireless services. Subject to the successful completion of the procurement process, the Council intend to award a contract for the provision of wi-fi services on Public Transport to the successful supplier.

The Council has 2 other project in progression for free wi-fi services:

- Street wi-fi service - free public wi-fi to high footfall areas in Newport City Centre

- Public Buildings wi-fi service – free public wi-fi across Council owned buildings throughout the City

The provision of a free wi-fi service across public transport, commencing with public bus services, will complement these wireless offerings in the City. It is an aspiration of the Council that free public wi-fi is accessible to all. This element of Newport’s Super Connected Cities Programme brings Newport even closer to achieving this aspiration.

Aims of the Public Transport Wi-Fi Project

The aims of this project are:

To provide an ‘always on’ free public wi-fi to buses which falls within the scope of this procurement.

The invitation to negotiate is to identify options available that will deliver the desired outcome such as a fully managed service or voucher scheme.

NOTE: The authority is using eTenderwales to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.

To access eTenderwales, express your interest in this notice and access the tender documentation please visit https://etenderwales.bravosolution.co.uk/web/login.shtml and search for PQQ/ITT code PQQ_31651 within the appropriate area.

II.1.6)

Common Procurement Vocabulary (CPV)

64200000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

o Newport Bus vehicles (buses)

Newport Bus is a wholly owned subsidiary of Newport Council with a fleet of Buses which operate within the city and the surrounding towns and villages. Newport Bus operates approximately 90% of bus services within the city with the average journey time of around 15 minutes.

o Other public service buses

throughout the City, some public bus services are operated by independent bus operators. The Council wishes to provide wi-fi to passengers on all services which operate bus travel routes within the Newport boundary. As part of this procurement the Council has discussed its wi-fi requirements with the independent bus operators. On the basis of these discussions, 1 independent bus operators currently fall within the scope of this procurement.

o Newport Council directly owned vehicles (mobile library bus and Council Road-show vehicle)

Newport Council owned vehicles includes 2 vehicles owned and operated by the Council to provide a mobile Library service together with a mobile road-show service.

Proposals will include Bus services operating within Monmouthshire - this may be a more restricted number of services.

Coverage will include bus services operating from Monmouth to Newport and from Newport to Cardiff.

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

36

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

N/A

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

N/A

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.




III.2.3)

Technical capacity





III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Checked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

3

Objective criteria for choosing the limited number of candidates

The procurement process is split into the completion and evaluation of two sections, namely:

1) Minimum Threshold Questions and

2) Proposed Solution.

The Minimum Threshold Questions will assess the suitability and capability to deliver the service and will be focused on the suppliers’ current standing and past performance. The Council will evaluate each of the suppliers’ ability to meet the minimum selection criteria identified in the scoring guide, such as Supplier Acceptability, Management, Equal Opportunities, Sustainability, Health and Safety practices, insurance details etc. These sections will be pass or fail. The Economic / Financial Standing section will check whether the supplier is in a sound financial position to participate in this procurement. This will be scored and evaluated.

A submission which does not pass the Minimum Threshold Stage, will not proceed to the evaluation stage of the Tender (with the result that the Proposed Solution will not be evaluated) . All submissions which do pass the initial Minimum Threshold Stage, will be evaluated in respect of the Proposed Solution which the submission contains.

The Proposed Solution will set out the suppliers’ proposal in respect of the delivery of the product and service. Key aspects of the Proposed Solution include:

Technical Proposal

Project Delivery and Management

Coverage

Account Management and Service levels

Pricing

Suppliers must note that failure to answer a relevant question or to fail to provide any of the required information, will result in that question being scored zero or a fail in the case of pass/fail questions and the supplier will be eliminated.

The Council will seek clarifications in respect of bid submissions where it considers it appropriate.

The Council reserves the right to negotiate with suppliers to ensure that a solution which is affordable, provides best value for money and achieves the objectives of the project is delivered. If the Council undertakes negotiations it will commence negotiation with the bidders who ranked highest in the initial evaluation of the Proposed Solutions (or number of valid bids capable of acceptance) and may ask those bidders to submit final Proposed Solutions following such negotiations which will be evaluated in the same way and using the same criteria.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2014/S 057-095167 21-03-2014

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 01-12-2014

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 01-12-2014  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 08-12-2014

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Please see 'Invitation to Negotiate' documents within etenderwales.

(WA Ref:17097)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 29-10-2014

Coding

Commodity categories

ID Title Parent category
64200000 Telecommunications services Postal and telecommunications services

Delivery locations

ID Description
1021 Monmouthshire and Newport

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.

Document family

Notice details
Publication date:
29 October 2014
Deadline date:
01 December 2014 00:00
Notice type:
Contract Notice
Authority name:
Newport City Council
Publication date:
20 January 2015
Notice type:
Contract Award Notice
Authority name:
Newport City Council

About the buyer

Main contact:
N/a
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.