Construction Contract Leads
South East
Category Goods
Type
No. of Lots 4
Status Active
Published 8th Jan 2024
Reference | ocds-h6vhtk-0421b0 |
Common Procurement Vocabulary | Transport equipment and auxiliary products to transportation |
Procurement Method | Open procedure |
Value | £600,000 |
South East
Category Goods
Type
No. of Lots 4
Status Active
Published 8th Jan 2024
Reference | ocds-h6vhtk-0421b0 |
Common Procurement Vocabulary | Transport equipment and auxiliary products to transportation |
Procurement Method | Open procedure |
Value | £600,000 |
Section I: Contracting authority
I.1) Name and addresses
Surrey County Council
Woodhatch Place, 11 Cockshot Hill
Reigate
RH2 8EF
Contact
Melisa Suleyman
melisa.suleyman [at] surreycc.gov.uk
Country
United Kingdom
NUTS code
UKJ25 - West Surrey
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.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
SCC - MS - Supply and Installation of Surrey Safety Camera Schemes
Reference number
RFX1000487
II.1.2) Main CPV code
- 34000000 - Transport equipment and auxiliary products to transportation
- AA01 - Metal
II.1.3) Type of contract
Supplies
II.1.4) Short description
Surrey County Council (“the Council”) is seeking to procure one or more contract(s) for Supply and Installation of Safety Camera Enforcement Systems Throughout the County of Surrey.
II.1.5) Estimated total value
Value excluding VAT: £600,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
A25 Reigate Road - Buckland Road - Average Speed
Lot No
1
II.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 34971000 - Speed camera equipment
II.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
- UKJ26 - East Surrey
II.2.4) Description of the procurement
This tender is to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:
1. A25 Reigate Road - Buckland Road - Average Speed
2. A24 Horsham Road - Average Speed
3. A283 Petworth Road, Witley - Average Speed
4. A283 Petworth Road, Chiddingfold - Average Speed
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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
II.2) Description
II.2.1) Title
A24 Horsham Road - Average Speed
Lot No
2
II.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 34971000 - Speed camera equipment
II.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
- UKJ26 - East Surrey
II.2.4) Description of the procurement
This tender is to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:
1. A25 Reigate Road - Buckland Road - Average Speed
2. A24 Horsham Road - Average Speed
3. A283 Petworth Road, Witley - Average Speed
4. A283 Petworth Road, Chiddingfold - Average Speed
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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
II.2) Description
II.2.1) Title
A283 Petworth Road, Witley - Average Speed
Lot No
3
II.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 34971000 - Speed camera equipment
II.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
- UKJ26 - East Surrey
II.2.4) Description of the procurement
This tender is to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:
1. A25 Reigate Road - Buckland Road - Average Speed
2. A24 Horsham Road - Average Speed
3. A283 Petworth Road, Witley - Average Speed
4. A283 Petworth Road, Chiddingfold - Average Speed
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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
II.2) Description
II.2.1) Title
A283 Petworth Road, Chiddingfold - Average Speed
Lot No
4
II.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 34971000 - Speed camera equipment
II.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
- UKJ26 - East Surrey
II.2.4) Description of the procurement
This tender is to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:
1. A25 Reigate Road - Buckland Road - Average Speed
2. A24 Horsham Road - Average Speed
3. A283 Petworth Road, Witley - Average Speed
4. A283 Petworth Road, Chiddingfold - Average Speed
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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 III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The appointed supplier will be required to actively participate in the achievement of social and/or environmental objectives. Accordingly, contract performance conditions will relate in particular to social, environmental or other corporate social responsibility considerations. Further details can be found in the procurement documents and the contract.
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-035746
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
8 February 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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
8 February 2024
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Selection Questionnaire responses and tenders are to be completed electronically using the Proactis Supplier Network (the Portal) https://supplierlive.proactisp2p.com/.
The Portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The Portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates should register their organisation on the Portal. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. The Council reserves the right at any time to:
(i) reject any or all responses and to cancel or withdraw this procurement at any stage;
(ii) award a contract without prior notice;
(iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents;
(iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification);
(v) terminate the procurement process; and
(vi) amend the terms and conditions of the selection and evaluation process.
All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
Any appeals should be promptly brought to the attention of the Head of Procurement of the Council at the address specified in Section I) above and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015. In accordance with such Regulations, the Council will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.