Tender

Cycle Counter Replacement Programme Framework

  • Liverpool City Region Combined Authority (LCRCA) / Merseytravel

F02: Contract notice

Notice identifier: 2022/S 000-000720

Procurement identifier (OCID): ocds-h6vhtk-030968

Published 11 January 2022, 10:28am



Section one: Contracting authority

one.1) Name and addresses

Liverpool City Region Combined Authority (LCRCA) / Merseytravel

1 Mann Island

Liverpool

L3 1BP

Contact

Procurement Team

Email

tender@liverpoolcityregion-ca.gov.uk

Country

United Kingdom

NUTS code

UKD7 - Merseyside

Internet address(es)

Main address

http://www.liverpoolcityregion-ca.gov.uk

Buyer's address

http://www.liverpoolcityregion-ca.gov.uk

one.3) Communication

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

https://www.the-chest.org.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.the-chest.org.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Cycle Counter Replacement Programme Framework

Reference number

DN589930

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Liverpool City Region Combined Authority (LCRCA) is looking for a suitable supplier (‘Contractor’) on a single party framework, to provide a service to remove the existing network of cycle counters across the Liverpool City Region (LCR) as and when the LCRCA or Merseytravel or the principal councils of Halton, Knowsley, Liverpool, Sefton, St. Helens and Wirral require. The services sought will also encompass the supply and installation of new multi-modal sensors when required together with the provision of maintenance (and repair/replacement of the same if required) and data licensing and hosting requirements .

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34970000 - Traffic-monitoring equipment
  • 38300000 - Measuring instruments
  • 63000000 - Supporting and auxiliary transport services; travel agencies services

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside

two.2.4) Description of the procurement

The Liverpool City Region Combined Authority (LCRCA) is looking for a suitable supplier (‘Contractor’) on a single party framework, to provide a service to remove the existing network of cycle counters across the Liverpool City Region (LCR) as and when the LCRCA or Merseytravel or the principal councils of Halton, Knowsley, Liverpool, Sefton, St. Helens and Wirral require. The services sought will also encompass the supply and installation of new multi-modal sensors when required together with the provision of maintenance (and repair/replacement of the same if required) and data licensing and hosting requirements .

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £3,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The renewal for the framework will start 6 months before the framework expires. This will be conducted via the chest.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

10 February 2022

Local time

11:00am

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

10 February 2022

Local time

11:00am

Place

A member of the LCRCA / Merseytravel procurement team will be responsible for breaking the electronic seal on the chest.

Information about authorised persons and opening procedure

A member of the LCRCA / Merseytravel procurement team will be responsible for breaking the electronic seal on the chest.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: every 4 + years

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom