Section one: Contracting authority
one.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR1 0LD
Contact
CAS Procurement Team
casprocurement@lancashire.gov.uk
Telephone
+44 1772534966
Country
United Kingdom
Region code
UKD4 - Lancashire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.lancashire.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.lancashire.gov.uk/isupplier/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.lancashire.gov.uk/isupplier/
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
The Provision of Traffic Management Services
Reference number
LW/CAS/LCC/23/1648
two.1.2) Main CPV code
- 63712700 - Traffic control services
two.1.3) Type of contract
Services
two.1.4) Short description
Lancashire County Council is looking to appoint companies registered with National Highway Sector Schemes 12A/B, 12D (and 12C optional) for the provision of traffic management services. The service required includes (but is not limited to) implementing, installing and maintaining traffic management control systems such as traffic lights, lane closures, road closures, diversions and 'stop & go' boards.
The Service Providers shall be required to work with the Councils Highways Operatives to plan traffic management requirements and shall be required to work in all districts of Lancashire. A maximum of up to 8 service providers will be appointed to the framework.
two.1.5) Estimated total value
Value excluding VAT: £12,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Service Providers appointed to Lot 1, will automatically be appointed to Lot 2.
two.2) Description
two.2.1) Title
Traffic Management for individual services under £7500
Lot No
1
two.2.2) Additional CPV code(s)
- 63712700 - Traffic control services
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
A maximum of up to 8 service providers will be appointed to Lot 1 as a ranked Lot based on the most competitive tender returns.
Individual traffic management requirements of a value of less than £7500 will be offered to the first ranked service provider by Highways Managers in each district. If the first ranked service provider is unable to accept the work, the second ranked service provider will be offered the work, and so on until the work is appointed. (The service provider must hold the relevant NHSS certification.)
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
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Traffic management for individual services/projects with an estimated value of over £7500 and/or Category NHSS 12C Services.
Lot No
2
two.2.2) Additional CPV code(s)
- 63712700 - Traffic control services
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
Service Providers appointed to Lot 1 will be automatically appointed to Lot 2 and will be eligible to tender for mini competitions. The Authority will issue a mini competition for services for planned traffic management with an estimated value over £7500 and/or for Category NHSS 12C Services, to all service providers when a requirement is identified for this service. Service providers must hold NHSS 12C qualifications in order to bid for any mini competitions which require this level of service.
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
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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 several operators
Envisaged maximum number of participants to the framework agreement: 8
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
Originally published as:
Date
11 March 2024
Local time
12:00pm
Changed to:
Date
13 March 2024
Local time
12:00pm
See the change notice.
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 March 2024
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
Lancashire County Council
Preston
PR1 0LD
Country
United Kingdom