Tender

T2578 Provision of a Traffic Management Service

  • Belfast City Council

F02: Contract notice

Notice identifier: 2025/S 000-004090

Procurement identifier (OCID): ocds-h6vhtk-04dc8e

Published 7 February 2025, 9:18am



Section one: Contracting authority

one.1) Name and addresses

Belfast City Council

9-21 Adelaide Street

Belfast

BT2 8DJ

Email

cps@belfastcity.gov.uk

Country

United Kingdom

Region code

UKN06 - Belfast

Internet address(es)

Main address

https://www.belfastcity.gov.uk

one.3) Communication

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

https://e-sourcingni.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://e-sourcingni.bravosolution.co.uk

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

T2578 Provision of a Traffic Management Service

Reference number

T2578

two.1.2) Main CPV code

  • 63712700 - Traffic control services

two.1.3) Type of contract

Services

two.1.4) Short description

Belfast City Council invites Tenders from suitably qualified and experienced economic operators ‘Bidders’ for the provision of Traffic Management Services for Events and dangerous buildings for Building Control.

two.1.5) Estimated total value

Value excluding VAT: £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

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
Main site or place of performance

Belfast, County Antrim, Northern Ireland.

two.2.4) Description of the procurement

Belfast City Council invites Tenders from suitably qualified and experienced economic operators ‘Bidders’ for the provision of Traffic Management Services for Events and dangerous buildings for Building Control.

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

60

This contract is subject to renewal

Yes

Description of renewals

The Contract is for an initial period of 3 years with the option to renew on an annual basis for a further 2 years (up to 60 months).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Please refer to Schedule 1 - Specification.

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Minimum value range of GBP 34 000.00 to a maximum of GBP 200 000.00 which has been calculated on the basis of a 3 year contract through to the maximum 5 year contract including contract options.


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

Date

11 March 2025

Local time

12:00pm

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 2025

Local time

12:05pm


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

Royal Courts of Belfast

Belfast

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Belfast

Belfast

Country

United Kingdom

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

Royal Courts of Belfast

Belfast

Country

United Kingdom