Awarded contract

Highway Services _Traffic Signals and ITS Maintenance_Lot 4

  • The Royal Borough of Windsor and Maidenhead Council

F03: Contract award notice

Notice reference: 2024/S 000-002435

Published 24 January 2024, 2:29pm



Section one: Contracting authority

one.1) Name and addresses

The Royal Borough of Windsor and Maidenhead Council

Town Hall,St Ives Road

MAIDENHEAD

SL61RF

Contact

RBWM Procurement

Email

procurement@rbwm.gov.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.rbwm.gov.uk

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

Highway Services _Traffic Signals and ITS Maintenance_Lot 4

two.1.2) Main CPV code

  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Intelligent Traffic Systems (ITS) services include maintenance and routine inspection of all ITS infrastructure including design, maintenance and delivery of Traffic systems and Client highway digital infrastructure.

The initial duration of the contract is 7 yrs subject to the satisfactory performance of the services.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £1,113,441 / Highest offer: £1,357,482 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Intelligent Traffic Systems (ITS) contractor will be responsible for the maintenance and routine inspection of all ITS infrastructure including design, maintenance and delivery of Traffic systems and Client highway digital infrastructure. The initial term of the contract is 7 yrs subject to the satisfactory performance.

two.2.5) Award criteria

Cost criterion - Name: Core Services / Weighting: 25%

Cost criterion - Name: Overheads and Fees / Weighting: 20%

Cost criterion - Name: Basket of Services / Weighting: 15%

two.2.11) Information about options

Options: Yes

Description of options

Initial duration is 7 years and there is an option to extend - first extension for 4 years and second for 3 years ( 7+4+3). are included


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-013444


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 January 2024

five.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Swarco UK and Ireland Ltd

Basingstoke

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

01490333

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £1,113,441 / Highest offer: £1,357,482 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

RBWM

Maidenhead

Country

United Kingdom