Construction Tenders

Sat October 19 2024

Related Information

Construction Contract Leads

South East

Category Goods

Type

No. of Lots 4

Status Active

Published 8th Jan 2024

Tender Details
Referenceocds-h6vhtk-0421b0
Common Procurement VocabularyTransport equipment and auxiliary products to transportation
Procurement MethodOpen procedure
Value£600,000
« Previous Page

South East

Category Goods

Type

No. of Lots 4

Status Active

Published 8th Jan 2024

Tender Details
Referenceocds-h6vhtk-0421b0
Common Procurement VocabularyTransport equipment and auxiliary products to transportation
Procurement MethodOpen 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

Email

melisa.suleyman [at] surreycc.gov.uk

Country

United Kingdom

NUTS code

UKJ25 - West Surrey

Internet address(es)

Main address

https://www.surreycc.gov.uk/

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.