Award

Contract for the Supply, Installation, Maintenance and Repair of Bus Shelters

LANCASHIRE COUNTY COUNCIL

This public procurement record has 2 releases in its history.

Award

19 Mar 2024 at 10:29

Tender

13 Nov 2023 at 16:22

Summary of the contracting process

The Lancashire County Council has awarded a contract for the Supply, Installation, Maintenance and Repair of Bus Shelters to Autocross Euroshell Ltd. The procurement process was carried out through an open procedure with the main procurement category being goods. The contract is currently active and involves approximately 730 bus shelters across urban and rural settings in Lancashire. The value of the contract is £2,500,000, and it was signed on 27th February 2024. The contract period is not specified, but there is an option to extend up to a maximum of 4 years.

This contract presents an opportunity for businesses involved in the supply, installation, maintenance, and repair of bus shelters to grow their operations. SMEs, in particular, could benefit from competing for this tender. The contracting authority, Lancashire County Council, is actively seeking suppliers to provide these services. The tender process involves set quality and price criteria for evaluation. Businesses interested in this type of infrastructure maintenance work should consider engaging with the Council to explore potential future procurement opportunities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Contract for the Supply, Installation, Maintenance and Repair of Bus Shelters

Notice Description

The Council has approximately 730 bus shelters that come under its direct ownership and responsibility. Bus shelters are spread over both urban and rural settings covering all 12 districts of Lancashire. There is programme of works to maintain repair and replace bus shelters. The bus shelters are required to meet set design criteria stipulated by the Public and Integrated Transport service. The number of replacements will likely increase over the contract term as a schedule of replacements is further developed and refined with the successful Tenderer. The new bus shelters will be of varying size but will be required to meet set design criteria and standards as further detailed in the Scope. As well as installation of new bus shelters, the Contractor will be required to provide maintenance of bus shelters on a reactive basis as and when the Council requires. Reactive maintenance includes call-outs to replace side or roof panels, make safe broken glass or structural damage, fix lighting, and undertake cleaning as required.

Lot Information

Lot 1

The Council has approximately 730 bus shelters that come under its direct ownership and responsibility. Bus shelters are spread over both urban and rural settings covering all 12 districts of Lancashire. There is programme of works to maintain repair and replace bus shelters. The bus shelters are required to meet set design criteria stipulated by the Public and Integrated Transport service. The number of replacements will likely increase over the contract term as a schedule of replacements is further developed and refined with the successful Tenderer. The new bus shelters will be of varying size but will be required to meet set design criteria and standards as further detailed in the Scope. As well as installation of new bus shelters, the Contractor will be required to provide maintenance of bus shelters on a reactive basis as and when the Council requires. Reactive maintenance includes call-outs to replace side or roof panels, make safe broken glass or structural damage, fix lighting, and undertake cleaning as required.

Options: The agreement is available for an initial period of 2 years with an option to extend up to a maximum 4 year contract period, following which there may or may not be an opportunity for a re-procurement. The agreement included within the tender documents outlines any relevant break clauses or periods within the awarded term where a re-procurement could occur. Any re-procurement will be at the discretion of the contracting authority and will be completed compliantly.

Renewal: The agreement is available for an initial period of 2 years with an option to extend up to a maximum 4 year contract period, follow which there may or may not be an opportunity for a re-procurement. The agreement included within the tender documents outlines any relevant break clauses or periods within the awarded term where a re-procurement could occur. Any re-procurement will be at the discretion of the contracting authority and will be completed compliantly.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0417f5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008767-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

50 - Repair and maintenance services


CPV Codes

44212321 - Bus shelters

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
Not specified
Lots Value
£2,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£2,500,000 £1M-£10M

Notice Dates

Publication Date
19 Mar 20241 years ago
Submission Deadline
14 Dec 2023Expired
Future Notice Date
Not specified
Award Date
27 Feb 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
LANCASHIRE COUNTY COUNCIL
Contact Name
LCC Corporate
Contact Email
contractscorporate@lancashire.gov.uk
Contact Phone
+44 1772538038

Buyer Location

Locality
PRESTON
Postcode
PR1 8XJ
Post Town
Preston
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD4 Lancashire
Small Region (ITL 3)
TLD45 Mid Lancashire
Delivery Location
TLD4 Lancashire

Local Authority
Preston
Electoral Ward
City Centre
Westminster Constituency
Preston

Supplier Information

Number of Suppliers
1
Supplier Name

AUTOCROSS EUROSHELL

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0417f5-2024-03-19T10:29:05Z",
    "date": "2024-03-19T10:29:05Z",
    "ocid": "ocds-h6vhtk-0417f5",
    "initiationType": "tender",
    "tender": {
        "id": "PH/CORP/LCC/23/408",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Contract for the Supply, Installation, Maintenance and Repair of Bus Shelters",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "44212321",
            "description": "Bus shelters"
        },
        "mainProcurementCategory": "goods",
        "description": "The Council has approximately 730 bus shelters that come under its direct ownership and responsibility. Bus shelters are spread over both urban and rural settings covering all 12 districts of Lancashire. There is programme of works to maintain repair and replace bus shelters. The bus shelters are required to meet set design criteria stipulated by the Public and Integrated Transport service. The number of replacements will likely increase over the contract term as a schedule of replacements is further developed and refined with the successful Tenderer. The new bus shelters will be of varying size but will be required to meet set design criteria and standards as further detailed in the Scope. As well as installation of new bus shelters, the Contractor will be required to provide maintenance of bus shelters on a reactive basis as and when the Council requires. Reactive maintenance includes call-outs to replace side or roof panels, make safe broken glass or structural damage, fix lighting, and undertake cleaning as required.",
        "lots": [
            {
                "id": "1",
                "description": "The Council has approximately 730 bus shelters that come under its direct ownership and responsibility. Bus shelters are spread over both urban and rural settings covering all 12 districts of Lancashire. There is programme of works to maintain repair and replace bus shelters. The bus shelters are required to meet set design criteria stipulated by the Public and Integrated Transport service. The number of replacements will likely increase over the contract term as a schedule of replacements is further developed and refined with the successful Tenderer. The new bus shelters will be of varying size but will be required to meet set design criteria and standards as further detailed in the Scope. As well as installation of new bus shelters, the Contractor will be required to provide maintenance of bus shelters on a reactive basis as and when the Council requires. Reactive maintenance includes call-outs to replace side or roof panels, make safe broken glass or structural damage, fix lighting, and undertake cleaning as required.",
                "value": {
                    "amount": 2500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The agreement is available for an initial period of 2 years with an option to extend up to a maximum 4 year contract period, follow which there may or may not be an opportunity for a re-procurement. The agreement included within the tender documents outlines any relevant break clauses or periods within the awarded term where a re-procurement could occur. Any re-procurement will be at the discretion of the contracting authority and will be completed compliantly."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "options": {
                    "description": "The agreement is available for an initial period of 2 years with an option to extend up to a maximum 4 year contract period, following which there may or may not be an opportunity for a re-procurement. The agreement included within the tender documents outlines any relevant break clauses or periods within the awarded term where a re-procurement could occur. Any re-procurement will be at the discretion of the contracting authority and will be completed compliantly."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD4"
                    },
                    {
                        "region": "UKD4"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.lancashire.gov.uk/",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-12-14T11:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2023-12-14T12:00:00Z"
        },
        "bidOpening": {
            "date": "2023-12-14T12:00:00Z"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1587",
            "name": "Lancashire County Council",
            "identifier": {
                "legalName": "Lancashire County Council",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Fishergate",
                "locality": "Preston",
                "region": "UKD45",
                "postalCode": "PR18XJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "LCC Corporate",
                "telephone": "+44 1772538038",
                "email": "contractscorporate@lancashire.gov.uk",
                "url": "https://www.lancashire.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.lancashire.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3216",
            "name": "Royal Courts of Justice - The High Court",
            "identifier": {
                "legalName": "Royal Courts of Justice - The High Court"
            },
            "address": {
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://courttribunalfinder.service.gov.uk"
            }
        },
        {
            "id": "GB-FTS-98256",
            "name": "Lancashire County Council",
            "identifier": {
                "legalName": "Lancashire County Council"
            },
            "address": {
                "locality": "Preston",
                "postalCode": "PR1 0LD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-COH-04426624",
            "name": "Autocross Euroshell Ltd",
            "identifier": {
                "legalName": "Autocross Euroshell Ltd",
                "id": "04426624",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1587",
        "name": "Lancashire County Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "008767-2024-PH/CORP/LCC/23/408-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-04426624",
                    "name": "Autocross Euroshell Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "008767-2024-PH/CORP/LCC/23/408-1",
            "awardID": "008767-2024-PH/CORP/LCC/23/408-1",
            "status": "active",
            "value": {
                "amount": 2500000,
                "currency": "GBP"
            },
            "dateSigned": "2024-02-27T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}