Tender

Intelligent Transport Systems

  • Liverpool City Council

F02: Contract notice

Notice identifier: 2022/S 000-005339

Procurement identifier (OCID): ocds-h6vhtk-031b77

Published 25 February 2022, 5:19pm



Section one: Contracting authority

one.1) Name and addresses

Liverpool City Council

4th Floor, Cunard Building

Liverpool

L3 1DS

Contact

Mr Neil Gaskell

Email

neil.gaskell2@liverpool.gov.uk

Telephone

+44 1512330588

Country

United Kingdom

NUTS code

UKD7 - Merseyside

Internet address(es)

Main address

http://www.liverpool.gov.uk

Buyer's address

http://www.liverpool.gov.uk

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