Tender

West Yorkshire Supply & Installation of Traffic Signal Equipment Framework 2025

  • Leeds City Council
  • City of Bradford Metropolitan District Council
  • The Borough Council of Calderdale
  • Kirklees Council
  • Wakefield Metropolitan District Council

F02: Contract notice

Notice identifier: 2025/S 000-006236

Procurement identifier (OCID): ocds-h6vhtk-04e509

Published 20 February 2025, 2:01pm



Section one: Contracting authority

one.1) Name and addresses

Leeds City Council

Civic Hall, 3rd Floor West,

Leeds

LS1 1UR

Email

contracts.support.unit@leeds.gov.uk

Country

United Kingdom

Region code

UKE42 - Leeds

National registration number

171459162

Internet address(es)

Main address

https://www.leeds.gov.uk/

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

Email

contracts.support.u@leeds.gov.uk

Country

United Kingdom

Region code

UKE41 - Bradford

Internet address(es)

Main address

https://www.leeds.gov.uk/

one.1) Name and addresses

The Borough Council of Calderdale

3rd Floor, Princess Buildings, Princess Street

Halifax

HX1 1TS

Email

contracts.support.u@leeds.gov.uk

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

Internet address(es)

Main address

http://www.leeds.gov.uk/

one.1) Name and addresses

Kirklees Council

Market Street

Huddersfield

HD1 1WG

Email

contracts.support.u@leeds.gov.uk

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

Internet address(es)

Main address

http://www.leeds.gov.uk/

one.1) Name and addresses

Wakefield Metropolitan District Council

Wakefield One, Burton Street

Wakefield

WF1 2EB

Email

contracts.support.u@leeds.gov.uk

Country

United Kingdom

Region code

UKE45 - Wakefield

Internet address(es)

Main address

http://www.leeds.gov.uk/

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.