Section one: Contracting authority
one.1) Name and addresses
Transport for Greater Manchester
Transport for Greater Manchester, 2, Piccadilly Place,
Manchester
M1 3BG
Contact
Mr Imran Lobania
Telephone
+44 1612441831
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Derbyshire County Council
Matlock
DE4 3AG
jenny.price2@derbyshire.gov.uk
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Facilitation of Public Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Intelligent Transportation Systems (ITS) for TfGM
Reference number
DN457297
two.1.2) Main CPV code
- 34000000 - Transport equipment and auxiliary products to transportation
two.1.3) Type of contract
Supplies
two.1.4) Short description
Procurement of a supplier for the supply, installation, maintenance and (at TfGM's option) decommissioning of Intelligent Transportation Systems across Greater Manchester, along with an associated data platform to allow TfGM access to data outputs.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £600,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
TfGM is looking to appoint a Supplier to provide services relating to Intelligent Transportation Systems (ITS) through further competition conducted under the Crown Commercial Services (CCS) framework RM1089 TMT2 Lot 14 who will meet TfGM, DCC and DCiC requirements.
A supplier will be awarded based on the most economically advantageous tender (MEAT) offer. The contract length has been determined by an internal strategy of 3 years initial term with an option to extend for a period 1 year twice following the initial year (3+1+1).
TfGM, DCC and DCiC undertake traffic monitoring using a variety of technologies and approaches including:
• Permanent monitoring at automatic traffic counting sites located throughout the TfGM, DCC and DCiC areas. In general, these consist of inductive loops or piezo based sensing to provide traffic volumes and vehicle class and speed
• Where journey time information is required these consist of Automatic Number Plate Recognition (ANPR) or more usually Bluetooth sensors
• Temporary surveys consisting of radar, pneumatic tube or camera technologies
• TfGM, DCC and DCiC use C2-Cloud by Drakewell to store, manipulate and report. Further details will be provided in Appendix D: Specification.
This contract will help to support:
• the provision of data and analysis to support the movement of road users within and across regions
• asset management information requirements
• highways operations
• cross boundary collaboration and data sharing with stakeholders and 3rd parties where required
• Highways policy and strategy development and monitoring
Principles:
• In general, the assets that this contract will support are first line maintenance managed by the TfGM, DCC and DCiC in-house resource, unless requested otherwise, subject to prevailing guarantees/warranties.
• TfGM, DCC and DCiC will agree a standardised approach to the collation of information to interface with the successful contractor
• An SLA will be developed and agreed with the successful contractor in order to manage contract performance.
• Contracts will be agreed directly with each of the respective Transport Authorities.
• TfGM, DCC and DCiC may already have existing contracts/work orders in place to carry out some of the existing works and services specified within this tender. Although as much notice will be given, any such contract will be honoured, but the p organisation may make the decision if appropriate to use this contract to carry out some of those works and services if required.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Scored Elements / Weighting: 60
Cost criterion - Name: Quantitative Scored Elements / Weighting: 40
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
Restricted procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 001-111111
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 March 2021
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Q-FREE (BRISTOL) UK LIMITED
Edinburgh
EH6 7BD
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
National registration number
SC185690
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £600,000
Lowest offer: £600,000 / Highest offer: £1,000,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Transport for Greater Manchester
Manchester
Country
United Kingdom