Opportunity

Provision of Equipment, Installation and Maintenance Services for Urban Traffic Control Systems

  • Lancashire County Council

F02: Contract notice

Notice reference: 2022/S 000-000388

Published 7 January 2022, 6:36am



The closing date and time has been changed to:

23 February 2022, 10:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Lancashire County Council

Fishergate

Preston

PR18XJ

Contact

LCC Corporate

Email

contractscorporate@lancashire.gov.uk

Country

United Kingdom

NUTS code

UKD4 - Lancashire

Internet address(es)

Main address

https://www.lancashire.gov.uk/isupplier/

Buyer's address

https://www.lancashire.gov.uk/isupplier/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.lancashire.gov.uk/isupplier/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.lancashire.gov.uk/isupplier/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Equipment, Installation and Maintenance Services for Urban Traffic Control Systems

Reference number

CR/CORP/LCC/21/1093

two.1.2) Main CPV code

  • 50230000 - Repair, maintenance and associated services related to roads and other equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Lancashire County Council is inviting tenders on the terms set out in this ITT to secure a single contractor to provide equipment, installation and maintenance services of its existing UTMC (Urban Traffic Management and Control systems). Located within the boundary of Lancashire County Council.

The overall objectives are:

• Maintain the UTMC / Intelligent Transport Systems (ITS) equipment to the Authority's requirements for the Service Period.

• Maintain the UTMC / ITS equipment for the safety and progression of all road users including pedestrians, cyclists, buses and other vehicles.

• Attendance to faults to enable the UTMC / ITS to function and operating correctly.

• Undertake new installation and refurbishment works programmes as instructed.

• Complete periodic inspections and maintain the Asset Inventory, and

• Provide Social Value through initiatives to benefit the local area, including decarbonisation.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50232000 - Maintenance services of public-lighting installations and traffic lights

two.2.3) Place of performance

NUTS codes
  • UKD4 - Lancashire

two.2.4) Description of the procurement

Lancashire County Council is inviting tenders on the terms set out in this ITT to secure a single contractor to provide equipment, installation and maintenance services of its existing UTMC (Urban Traffic Management and Control systems). Located within the boundary of Lancashire County Council.

The overall objectives are:

• Maintain the UTMC / Intelligent Transport Systems (ITS) equipment to the Authority's requirements for the Service Period.

• Maintain the UTMC / ITS equipment for the safety and progression of all road users including pedestrians, cyclists, buses and other vehicles.

• Attendance to faults to enable the UTMC / ITS to function and operating correctly.

• Undertake new installation and refurbishment works programmes as instructed.

• Complete periodic inspections and maintain the Asset Inventory, and

• Provide Social Value through initiatives to benefit the local area, including decarbonisation.

The duration of the contract will be for an initial period of 6 years, with the council having the option to extend for any given period up to a maximum of a further 4 years.

Please note the contract value is estimated to be between GDP 2million to GDP 3million per annum.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The initial Contract term is 6 years, the Council may in its absolute discretion, extend the term by any number of defined periods, so long as the maximum duration of the framework agreement does not exceed 10 years. At either the end of the initial term or extended/maximum term, there may be a requirement for the services to continue, in this instance the services may be re-procured.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial Contract term is 6 years, the Council may in its absolute discretion, extend the term by any number of defined periods, so long as the maximum duration of the framework agreement does not exceed 10 years.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

16 February 2022

Local time

10:00am

Changed to:

Date

23 February 2022

Local time

10:00am

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 February 2022

Local time

2:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The initial Contract term is 6 years, the Council may in its absolute discretion, extend the term by any number of defined periods, so long as the maximum duration of the framework agreement does not exceed 10 years. At either the end of the initial term or extended/maximum term, there may be a requirement for the services to continue, therefore services may be re-procured.

six.3) Additional information

The tender documents are available on Lancashire County Council's electronic tendering site. https:// www.lancashire.gov.uk/iSupplier/ Use of this system does not require high specification IT equipment or connections, nor high level personal IT skills/capabilities. Access to the system/software and advice is free of charge.

Please note: tenderers are advised to allow plenty of time for registration and to do this as early as possible during the tender period.

Registration is necessary in order to view the tender details and obtain tender documentation. THE RFQ (Request For Quote) number (tender reference number for online tendering system) is 15313533

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice - The High Court

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Lancashire County Council

Preston

PR1 8XJ

Country

United Kingdom