Secure Cycle Parking Facilities Framework – London Borough of Hackney
The London Borough of Hackney is seeking to establish a framework of experienced Providers to supply, install, manage and maintain different types of secure cycle parking facilities throughout the borough.
United Kingdom-London: Bicycles
2014/S 214-378693
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Hackney
HackneyTown Hall, Mare Street
E8 1EA London
UNITED KINGDOM
Telephone: +44 2083563448
E-mail: procurement.admin@hackney.gov.uk
Internet address(es):
General address of the contracting authority: www.hackney.gov.uk
Further information can be obtained from: London Borough of Hackney
Streetscene, Keltan House, 89-115 Mare Street
For the attention of: Joshua Wright
E8 4RU London
UNITED KINGDOM
Telephone: +44 20835688433
E-mail: joshua.wright@hackney.gov.uk
Internet address: www.hackney.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Borough of Hackney
Streetscene, Keltan House, 89-115 Mare Street
For the attention of: Joshua Wright
E8 4RU London
UNITED KINGDOM
Telephone: +44 20835688433
E-mail: joshua.wright@hackney.gov.uk
Internet address: www.hackney.gov.uk
Tenders or requests to participate must be sent to: London Borough of Hackney
Streetscene, Keltan House, 89-115 Mare Street
For the attention of: Joshua Wright
E8 4RU London
UNITED KINGDOM
Telephone: +44 20835688433
E-mail: joshua.wright@hackney.gov.uk
Internet address: http://www.hackney.gov.uk/f-tenders-828.htm
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
NUTS code UKI12
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in years: 04
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 850 000 GBP
II.1.5)Short description of the contract or purchase(s)
Under this framework Providers will install different types of secure cycle parking facilities in proposed locations, manage the memberships of the facility users, and maintain the facilities to ensure a high level of service is offered to members for a minimum of three years (from the date of installation).
The framework will be divided into 3 Lots as follows:
Lot 1 — Supply, installation and management of secure cycle parking hangars;
Lot 2 — Supply, installation and management of secure cycle parking lockers;
Lot 3 — Installation and provision of bespoke secure cycle parking facilities.
It is anticipated that a maximum of 5 Providers will be awarded a place on the framework. The framework will commence in February 2015 and shall be in place for a maximum duration of 4 years (3 years + optional 1 year extension).
The tender pack must be downloaded from the following web address http://www.hackney.gov.uk/f-tenders-828.htm
II.1.6)Common procurement vocabulary (CPV)
34430000, 45233293, 34432000, 34000000, 34920000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1 — Supply, installation and management of secure cycle parking hangars.
— 1 Provider only.
— Estimated volume of work over maximum framework duration (4 years) — GBP 400 000.
Lot 2 — Supply, installation and management of secure cycle parking lockers.
— 1 Provider only.
— Estimated volume of work over maximum framework duration (4 years) — GBP 250 000.
Lot 3 — Installation and provision of bespoke secure cycle parking facilities (max. 3 providers).
— Up to a maximum of 3 Providers.
— Estimated volume of work over maximum framework duration (4 years) — GBP 200 000.
II.2.2)Information about options
Description of these options: 3 year framework with the option to extend for a further 1 year period.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Cycle Parking Hangars
1)Short description
Under this Lot the Provider will install secure cycle parking hangar facilities in proposed locations, manage the memberships of the facility users, and maintain the facilities to ensure a high level of service is offered to members for a minimum of 3 years. Maintenance will include required repairs to facilities to ensure full functionality and security for members.
To supply and install cycle parking facilities that can securely house a minimum of six bicycles (per parking facility) and are suitable for being installed in the public realm whether it be an on-road parking space, estate car park or footway area.
2)Common procurement vocabulary (CPV)
34432000
3)Quantity or scope
Estimated value excluding VAT: 400 000 GBP
Lot No: 2Lot title: Cycle Parking Lockers
1)Short description
Under this Lot the Provider will supply and install vertical and horizontal secure cycle parking lockers at locations identified by the Council, as well as manage the memberships and maintain the facilities to a high level to a minimum of 3 years.
It is expected that the majority of locations will be on Hackney Homes estates.
The lockers should provide individual storage for one bicycle and provide adequate room for accessories.
2)Common procurement vocabulary (CPV)
34432000
3)Quantity or scope
Estimated value excluding VAT: 250 000 GBP
Lot No: 3Lot title: Bespoke Cycle Parking Facilities
1)Short description
Under this Lot up to three Providers will be expected to quote in mini-competitions to supply and install bespoke cycle parking infrastructure in accordance with requests from the Council.
This will include supply and installation of the following types of cycle parking infrastructure such as: Sheffield stands, Toast racks, Secure compounds, Shelters — both secure and open, Wall and Ground anchors, Bike boxes, Wall racks, Two tier cycle parking, Semi-vertical cycle racks, Cycle parking hoops attached to existing street furniture, Public bicycle pumps and Cargo Bike parking.
2)Common procurement vocabulary (CPV)
34432000
3)Quantity or scope
Estimated value excluding VAT: 200 000 GBP
Section III: Legal, economic, financial and technical information
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
Description of particular conditions: These requirements will be set out in the ITT where appropriate.
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
III.2.3)Technical capacity
These requirements will be set out in the ITT.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 15.12.2014 – 00:00
Place:
HPS Keltan House E8 4RU.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 4 years.
VI.2)Information about European Union funds
VI.3)Additional information
The Tender documentation can be downloaded via the following link to the Council’s website: http://www.hackney.gov.uk/f-tenders-828.htm
VI.4.1)Body responsible for appeal procedures
See section VI.4.2
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
London Borough of Hackney
UNITED KINGDOM
VI.5)Date of dispatch of this notice: