Section one: Contracting authority
one.1) Name and addresses
Liverpool City Council
4th Floor, Cunard Building
Liverpool
L3 1DS
Contact
Mr Neil Gaskell
neil.gaskell2@liverpool.gov.uk
Telephone
+44 1512330588
Country
United Kingdom
NUTS code
UKD7 - Merseyside
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=a0644658-0ad7-ea11-8104-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=a0644658-0ad7-ea11-8104-005056b64545
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
Intelligent Transport Systems
Reference number
DN491179
two.1.2) Main CPV code
- 71311220 - Highways engineering services
two.1.3) Type of contract
Services
two.1.4) Short description
Liverpool City Council are looking to put in place a contract or engagement to support the provision (manufacture or sourcing of, and install at location) of VMS Signs, Journey Time Monitoring Systems and Network Validation. The contract would include a review of our sign infrastructure, implementation of a journey time monitoring system and validation of certain parts of SCOOT/MOVA network.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Variable Message Sign (VMS) Review and Renewal
Lot No
1
two.2.2) Additional CPV code(s)
- 71311220 - Highways engineering services
two.2.3) Place of performance
NUTS codes
- UKD72 - Liverpool
two.2.4) Description of the procurement
Liverpool City Council are currently looking to procure the services of a contractor to carry out a detailed review of the existing Variable Message Sign (VMS) and Car Park Guidance (CPG) Sign infrastructure across its highway network. This review will also include, but not limited to: proposed improvements to the assets out on street, upgrading equipment and proposed new locations.
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
No
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
two.2) Description
two.2.1) Title
Journey Time Monitoring System Implementation
Lot No
2
two.2.2) Additional CPV code(s)
- 71311220 - Highways engineering services
two.2.3) Place of performance
NUTS codes
- UKD72 - Liverpool
two.2.4) Description of the procurement
Liverpool City Council (LCC) are currently looking to implement a floating vehicle data journey time system across its network. Currently the UTC team utilise various modes of control such as SCOOT, MOVA, fixed time and VA, alternating modes of control at different times of day, days of week and following reviews of the network. To further assist with reviewing the network following validation plus any operational decisions made by the team a journey time system can offer an improved insight into the highway network. LCC will be able to review day to day journey times along key routes around the City to ensure optimal operation under various scenarios for road users, this will also benefit the day to day running of the network in terms of road works and incident notification.
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
No
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
two.2) Description
two.2.1) Title
Network Validation
Lot No
3
two.2.2) Additional CPV code(s)
- 71311220 - Highways engineering services
two.2.3) Place of performance
NUTS codes
- UKD72 - Liverpool
two.2.4) Description of the procurement
Liverpool City Council currently operate 500 sets of traffic signals across its highway network, modes of control differ across the entire network from SCOOT, MOVA, Fixed Time, CLF and VA. These modes of control operate at all times of the day and react to changing parameters such as traffic flow and congestion. Of the 500 sets of signals, around 420 of them have SCOOT capabilities, with around 30 set up for MOVA.
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
No
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 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.2.2) Time limit for receipt of tenders or requests to participate
Date
15 April 2022
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
15 April 2022
Local time
1:00pm
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
High Court of England and Wales
Royal Courts of Justice, The Strand,
London
WC1A 2LL
Country
United Kingdom