Section one: Contracting authority
one.1) Name and addresses
Somerset County Council
County Hall
Taunton
TA1 4DY
Contact
Mark Brown
commercialandprocurement@somerset.gov.uk
Telephone
+44 3001232224
Country
United Kingdom
Region code
UKK23 - Somerset
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Traffic Signals Installation Framework Agreement 2025
Reference number
EPRO1000131/ERFX1001754
two.1.2) Main CPV code
- 45316212 - Installation of traffic lights
two.1.3) Type of contract
Works
two.1.4) Short description
The Framework Agreement for Traffic Signals Installation will cover Installation of new traffic signals, replacement of traffic signals and associated infrastructure improvements, and will comprise the following work types:
- Installation of new traffic signal controlled junctions;
- Modification and refurbishment of existing traffic signal controlled junctions;
- Commissioning of new, modified and refurbished traffic signal controlled junctions;
- Cyclic maintenance activities, vegetation removal etc.
- Carriageway & footpath resurfacing
- Kerb alterations
- Landscaping in the vicinity of the above?
- Surveys and investigations required to inform the design (by others) of the above;
- Site clearance related to the above;
- Traffic management associated with the above activities; and
- Performing the role of Principal Contractor where appointed.
The estimated spend per annum through the framework is expected to be in the region of £10,000,000 with an overall Framework limit of £60,000,000.00.
Work under the framework will be awarded as 'Task Orders' as the as a result of running further-competitions as set out in the conditions of contract.
two.1.5) Estimated total value
Value excluding VAT: £60,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK23 - Somerset
two.2.4) Description of the procurement
This procurement is for the establishment of a Framework Agreement.
The term of the Framework Agreement will be 48 months.
The conditions of contract will be a bespoke Framework Agreement with the award of work through further competition as 'Task Orders' using the NEC4 ECC (Engineering and Construction Contract)
Up to Four suppliers will be appointed to the Framework Agreement.
This procurement is being conducted under PCR2015 and not PA2023.
The Framework Agreement will cover Installation of new traffic signals, replacement of traffic signals and associated infrastructure improvements, and will comprise the following work types:
- Installation of new traffic signal controlled junctions;
- Modification and refurbishment of existing traffic signal controlled junctions;
- Commissioning of new, modified and refurbished traffic signal controlled junctions;
- Cyclic maintenance activities, vegetation removal etc.
- Carriageway & footpath resurfacing
- Kerb alterations
- Landscaping in the vicinity of the above?
- Surveys and investigations required to inform the design (by others) of the above;
- Site clearance related to the above;
- Traffic management associated with the above activities; and
- Performing the role of Principal Contractor where appointed.
The estimated spend per annum through the framework is expected to be in the region of £10,000,000 with an overall Framework limit of £60,000,000
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: £60,000,000
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 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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
25 April 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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 April 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
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom