Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 15th Dec 2023
Reference | ocds-h6vhtk-0425d0 |
Common Procurement Vocabulary | Traffic-signal maintenance services |
Procurement Method | Open procedure |
Value | - |
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 15th Dec 2023
Reference | ocds-h6vhtk-0425d0 |
Common Procurement Vocabulary | Traffic-signal maintenance services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Luton Council
Town Hall, George Street
Luton
LU1 2BQ
Contact
Mrs Caroline Sturman
caroline.sturman [at] luton.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
I.1) Name and addresses
Cambridgeshire County Council
Huntingdon
Richard.Ling [at] cambridgeshire.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.cambridgeshire.gov.uk
I.1) Name and addresses
Peterborough City Council
Peterborough
Amy.Pickstone [at] peterborough.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.peterborough.gov.uk
I.1) Name and addresses
Bedford Borough Council
Bedford
Andrew.Prigmore [at] bedford.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
I.1) Name and addresses
Central Bedfordshire Council
Shefford
Sean.Treen [at] kier.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.centralbedfordshire.gov.uk
I.2) Information about joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
AT1220 Intelligent Transport Systems for Traffic Signals Maintenance (Supply, Install & Maintain)
Reference number
DN682207
II.1.2) Main CPV code
- 50232200 - Traffic-signal maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
This procurement is a collaboration between the five Consortium members with Luton Borough Council acting as the lead Authority. The service is to be delivered initially across five geographic areas, being five separate authorities, each under a separate Call Off Contract. The five local authorities currently are;
Bedford Borough Council (BBC)
Cambridgeshire County Council (CCC)
Central Bedfordshire Council (CBC)
Luton Borough Council (LBC)
Peterborough City Council (PCC)
The contract is for the supply, installation and maintenance of Traffic Signals and
Other Intelligent Transport Systems; except the installation of those supplied and installed through
third party projects such as for new developments, which will require maintenance when added to
the asset data. The Local Authority reserves the right to purchase equipment from a third party
that can only be supplied by that third party in instances where the equipment must be compatible
with the Local Authority’s existing asset. This equipment will then be free issued to the Contractor
for installation. For example, the supply of LED optics that are compatible with the Local
Authority’s existing asset and can only be supplied by one supplier.
There may be a requirement for optional professional services in relation to traffic signal and intelligent transport systems such as signal design, design checks, factory acceptance testing, site acceptance testing and timing validation e.g. MOVA/SCOOT etc. This work is not guaranteed and there is no exclusivity within the contract.
It is essential that the traffic signal asset be maintained to reduce the likelihood of failure and that any faults are rectified within the times specified.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This procurement is a collaboration between the five Consortium members with Luton Borough Council acting as the lead Authority. The service is to be delivered initially across five geographic areas, being five separate authorities, each under a separate Call Off Contract. The five local authorities currently are;
Bedford Borough Council (BBC)
Cambridgeshire County Council (CCC)
Central Bedfordshire Council (CBC)
Luton Borough Council (LBC)
Peterborough City Council (PCC)
The contract is for the supply, installation and maintenance of Traffic Signals and
Other Intelligent Transport Systems; except the installation of those supplied and installed through
third party projects such as for new developments, which will require maintenance when added to
the asset data. The Local Authority reserves the right to purchase equipment from a third party
that can only be supplied by that third party in instances where the equipment must be compatible
with the Local Authority’s existing asset. This equipment will then be free issued to the Contractor
for installation. For example, the supply of LED optics that are compatible with the Local
Authority’s existing asset and can only be supplied by one supplier.
There may be a requirement for optional professional services in relation to traffic signal and intelligent transport systems such as signal design, design checks, factory acceptance testing, site acceptance testing and timing validation e.g. MOVA/SCOOT etc. This work is not guaranteed and there is no exclusivity within the contract.
It is essential that the traffic signal asset be maintained to reduce the likelihood of failure and that any faults are rectified within the times specified.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £25,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
25 January 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
25 January 2024
Local time
12:05pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
VI.4) Procedures for review
VI.4.1) Review body
HIGH COURT OF JUSTICE
LONDON
Country
United Kingdom