FTPE station way finding improvements
FTPE has identified an opportunity in relation to improved way finding in and around our train stations to improve the safety and security of our passengers.
UK-Manchester: Safety installations
2013/S 094-160610
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
First/Keolis TransPennine Express
7th Flr, Bridgewater House
For the attention of: Bev Gordon
M1 6LT Manchester
UNITED KINGDOM
E-mail: bev.gordon@firstgroup.com
Internet address(es):
General address of the contracting entity: www.firstgroup.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
Railway services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
FTPE station way finding improvements.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: North of England.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in months: 30
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 325 000 and 375 000 GBP
II.1.5)Short description of the contract or purchase(s):
Project Outline:
FTPE has identified an opportunity in relation to improved way finding in and around our train stations to improve the safety and security of our passengers. To improve our customer experience and the reduction of accidents/incidents with improved customer flow management.
In the first instance we are looking for interest in this brief scope, this will be expanded within the project for those that express interest. The award criteria will be based upon service provision and contract agreement, with quoted costs having equal weighing criteria. We are not looking for lowest costs service provision but best value for our money.
Target Outline:
An environment, which is created, principally through passive measures, that creates natural passenger flow, encourages use of safer routes (including lifts) and discourages running and the use of mobile devices.
II.1.6)Common procurement vocabulary (CPV)
35113300, 45233292, 71317210, 79417000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
To be included within the tender.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 180 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Details to be included within the tender documents.
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: To be included within the tender.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
FTPE station way finding improvements.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: ..
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
10.6.2013
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
in days: 180 (from the date stated for receipt of tender)
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
First/Keolis TransPennine Express
60 Whitworth St
M1 6LT Manchester
UNITED KINGDOM
Body responsible for mediation procedures
First/Keolis TransPennine Express
60 Whitworth St
M1 6LT Manchester
UNITED KINGDOM
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Details to be included within the tender documents.
VI.4.3)Service from which information about the lodging of appeals may be obtained
First/Keolis TransPennine Express
60 Whitworth St
M1 6LT Manchester
UNITED KINGDOM
VI.5)Date of dispatch of this notice:15.5.2013