Section one: Contracting authority
one.1) Name and addresses
Leeds City Council
Civic Hall, 3rd Floor West,
Leeds
LS1 1UR
contracts.support.unit@leeds.gov.uk
Country
United Kingdom
Region code
UKE42 - Leeds
National registration number
171459162
Internet address(es)
Main address
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104105
one.1) Name and addresses
City of Bradford Metropolitan District Council
City Hall
Bradford
BD1 1HT
contracts.support.u@leeds.gov.uk
Country
United Kingdom
Region code
UKE41 - Bradford
Internet address(es)
Main address
one.1) Name and addresses
The Borough Council of Calderdale
3rd Floor, Princess Buildings, Princess Street
Halifax
HX1 1TS
contracts.support.u@leeds.gov.uk
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Internet address(es)
Main address
one.1) Name and addresses
Kirklees Council
Market Street
Huddersfield
HD1 1WG
contracts.support.u@leeds.gov.uk
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Internet address(es)
Main address
one.1) Name and addresses
Wakefield Metropolitan District Council
Wakefield One, Burton Street
Wakefield
WF1 2EB
contracts.support.u@leeds.gov.uk
Country
United Kingdom
Region code
UKE45 - Wakefield
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89561&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89561&B=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
West Yorkshire Supply & Installation of Traffic Signal Equipment Framework 2025
Reference number
95100
two.1.2) Main CPV code
- 45316212 - Installation of traffic lights
two.1.3) Type of contract
Works
two.1.4) Short description
Supply & Installation of Traffic Signal Equipment within the West Yorkshire Region. It is also available to any other Local Authority (as defined in the Local Government Act 1972) within the wider Yorkshire and Humber Region.
two.1.5) Estimated total value
Value excluding VAT: £24,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45316210 - Installation of traffic monitoring equipment
- 45316212 - Installation of traffic lights
- 34996100 - Traffic lights
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
Supply & Installation of Traffic Signal Equipment within the West Yorkshire Region. It is also available to any other Local Authority (as defined in the Local Government Act 1972) within the wider Yorkshire and Humber Region.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £24,000,000
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.2.13) 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.1.2) 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: 4
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
26 March 2025
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 March 2025
Local time
12:00pm
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
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Where necessary in order to comply with the Public Contracts Regulations 2015 this authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the addressee found in 1.1. If an appeal regarding the award of a contract has not been successfully resolved the ( for Public Sector ) Public Contracts Regulations 2015 ( SI 2015 No 102 ) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 30 days beginning with the date when the tenderer first knew or ought to have known that the grounds for starting the proceedings had arisen). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages. Following the 10 day standstill period, if no further debriefing has been requested, the court may only award damages once the contract has been entered into.