Opportunity

West Yorkshire Supply and Installation of Traffic Signal Equipment - Framework Contract 2021-2023

  • Leeds City Council
  • City of Bradford Metropolitan District Council
  • Calderdale Council
  • Kirklees Council
  • Wakefield Council

F02: Contract notice

Notice reference: 2021/S 000-003171

Published 17 February 2021, 10:43am



Section one: Contracting authority

one.1) Name and addresses

Leeds City Council

St George House, 3rd Floor, 40 Great George Street

Leeds

LS1 3DL

Email

contracts.support.unit@leeds.gov.uk

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

Internet address(es)

Main address

http://www.leeds.gov.uk

Buyer's address

http://www.leeds.gov.uk

one.1) Name and addresses

City of Bradford Metropolitan District Council

City Hall

Bradford

BD1 1HY

Email

contracts.support.unit@leeds.gov.uk

Country

United Kingdom

NUTS code

UKE41 - Bradford

Internet address(es)

Main address

http://www.leeds.gov.uk

one.1) Name and addresses

Calderdale Council

Northgate House

Halifax

HX1 1UM

Email

contracts.support.unit@leeds.gov.uk

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

Internet address(es)

Main address

http://www.leeds.gov.uk

one.1) Name and addresses

Kirklees Council

Market Street

Huddersfield

HD1 1WG

Email

contracts.support.unit@leeds.gov.uk

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

Internet address(es)

Main address

http://www.leeds.gov.uk

one.1) Name and addresses

Wakefield Council

Wakefield One, Burton St.

Wakefield

WF1 2EB

Email

contracts.support.unit@leeds.gov.uk

Country

United Kingdom

NUTS code

UKE45 - Wakefield

Internet address(es)

Main address

http://www.leeds.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

http://www.yortender.co.uk/procontract/supplier.nsf

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.yortender.co.uk/procontract/supplier.nsf

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

West Yorkshire Supply and Installation of Traffic Signal Equipment - Framework Contract 2021-2023

Reference number

DN525741

two.1.2) Main CPV code

  • 34996100 - Traffic lights
    • AA01 - Metal

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply and installation of traffic signal equipment.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

Supply and installation of traffic signal equipment.

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

24 months followed by a maximum of 24 months.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the procurement documents.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to 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 several operators

Envisaged maximum number of participants to the framework agreement: 6

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

24 March 2021

Local time

12:00pm

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

24 March 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand, London

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Where necessary in order to comply with the Public Contracts Regulations 2015 this authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the addressee found in 1.1. If an appeal regarding the award of a contract has not been successfully resolved the ( for Public Sector ) Public Contracts Regulations 2015 ( SI 2015 No 102 ) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 30 days beginning with the date when the tenderer first knew or ought to have known that the grounds for starting the proceedings had arisen). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages. Following the 10 day standstill period, if no further debriefing has been requested, the court may only award damages once the contract has been entered into.