Section one: Contracting authority
one.1) Name and addresses
Dudley Metropolitan Borough Council
Council House, Priory Road
Dudley
DY1 1HF
Country
United Kingdom
NUTS code
UKG36 - Dudley
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/blackcountryportal/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/blackcountryportal/aspx/Home
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
To Provide Traffic Management Services
Reference number
C228/2024
two.1.2) Main CPV code
- 63710000 - Support services for land transport
two.1.3) Type of contract
Services
two.1.4) Short description
Dudley MBC is procuring for the services of two traffic management organisations for the supply of temporary traffic lights together with 'stop' and 'go' traffic management, this will be a Framework Agreement, please see tender documentation for further information. Traffic Management companies and operatives Installing, Maintaining and Removing Temporary Traffic Management on Urban Roads are required to hold the industry standard Sector Scheme 12A-D Document, companies not holding this accreditation need not apply.The deadline for submissions is Monday 11th March at 1:00pm to the Intend portal.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34923000 - Road traffic-control equipment
- 63712700 - Traffic control services
two.2.3) Place of performance
NUTS codes
- UKG36 - Dudley
two.2.4) Description of the procurement
Dudley MBC is procuring for the services of two traffic management organisations for the supply of temporary traffic lights together with 'stop' and 'go' traffic management, this will be a Framework Agreement, please see tender documentation for further information. Traffic Management companies and operatives Installing, Maintaining and Removing Temporary Traffic Management on Urban Roads are required to hold the industry standard Sector Scheme 12A-D Document, companies not holding this accreditation need not apply.The deadline for submissions is Monday 11th March at 1:00pm to the Intend portal.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Price / Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £1,200,000
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
2 years with the option to extend for a further 2 x 12 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
Industry Standard Sector Scheme 12A-D Document
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Industry Standard Sector Scheme 12A-D Document
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: 2
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/a
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
11 March 2024
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 March 2024
Local time
2:00pm
Place
Electronic via Portal
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Public Procurement Review Service (PPRS)