Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Civic Centre 1
Huddersfield
HD1 2NF
Contact
Corporate Procurement
Telephone
+44 1484221000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
KMCIT-127 Intelligent Transport System - Air Quality
Reference number
DN536118
two.1.2) Main CPV code
- 90700000 - Environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
Kirklees Council is looking to work with a suitably qualified and experienced organisation to
deliver air quality improvements via technological solutions at the signalised junctions within
its Air Quality Management Areas (AQMAs).
We envisage that there are two key areas of work to achieve a successful outcome in this project:
1) Upgrading Traffic Management Systems (TMS) to deliver targeted improvements to air
quality at specific locations, and
2) Deliver a solution for connected driving, which can prioritise specific road users and
inform driver behaviour.
To deliver this project, it is essential that the solution conforms to the core system requirements
of the existing Kirklees Urban Traffic Control (UTC) and Urban Traffic Management and Control
(UTMC) assets.
The aims of this project are to: -
• Provide new UTMC solutions to further improve traffic flow and reduce stop start traffic,
thereby reducing emissions;
• Monitor and, if possible, predict emissions that will inform the decisions for adjusting
signals, based on localised conditions;
• Give selective vehicle priority to certain vehicle types, especially the worst polluting;
• Provide communications between systems to allow drivers to be able to navigate traffic
signals and to provide them with selective priority;
• Provide speed advice to connected vehicles; and
• Encourage behavioural changes to drivers.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Kirklees
two.2.4) Description of the procurement
Kirklees Council is looking to work with a suitably qualified and experienced organisation to
deliver air quality improvements via technological solutions at the signalised junctions within
its Air Quality Management Areas (AQMAs).
We envisage that there are two key areas of work to achieve a successful outcome in this project:
1) Upgrading Traffic Management Systems (TMS) to deliver targeted improvements to air
quality at specific locations, and
2) Deliver a solution for connected driving, which can prioritise specific road users and
inform driver behaviour.
To deliver this project, it is essential that the solution conforms to the core system requirements
of the existing Kirklees Urban Traffic Control (UTC) and Urban Traffic Management and Control
(UTMC) assets.
The aims of this project are to: -
• Provide new UTMC solutions to further improve traffic flow and reduce stop start traffic,
thereby reducing emissions;
• Monitor and, if possible, predict emissions that will inform the decisions for adjusting
signals, based on localised conditions;
• Give selective vehicle priority to certain vehicle types, especially the worst polluting;
• Provide communications between systems to allow drivers to be able to navigate traffic
signals and to provide them with selective priority;
• Provide speed advice to connected vehicles; and
• Encourage behavioural changes to drivers.
two.2.5) Award criteria
Quality criterion - Name: Methodology and Structure / Weighting: 20%
Quality criterion - Name: Experience and Delivery Team / Weighting: 10%
Quality criterion - Name: Performance Management / Weighting: 10%
Quality criterion - Name: Performance Management / Weighting: 5%
Quality criterion - Name: Approach to Air Quality Improvements / Weighting: 15%
Quality criterion - Name: Maintenance and Support / Weighting: 5%
Quality criterion - Name: Social Value / Weighting: 5%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
9 August 2021
End date
8 August 2025
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Information can be found within the Procurement Documents (available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf)
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
In accordance with: (i) Article 57 to 60 of Directive 2014/24/EU of the European Parliament
and of the European Council; and (ii) Regulations 57 to 60 of the Public Contracts 2015 (SI
2015/102) (the 'Regulations'),which require or permit the contracting authority not to select
or to treat as ineligible, economic operators, the contracting authority reserves the right to
exclude any economic operator whom they deem to not satisfy any criteria outlined within
the scoring matrices contained within the standard selection questionnaire ('SQ') within the
Tenderers' Submission Document, which is available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf or is available at the address set out
in Sections I.1) and I.3) of this Notice above.
three.1.2) Economic and financial standing
List and brief description of selection criteria
See Section 4 of the SQ (available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf).
Economic operators must be able to submit either a copy of the audited accounts for the
most recent two (2) years if requested. If it cannot, then it must provide either:
a) a statement of the turnover, Profit and Loss Account/ Income Statement, Balance Sheet/
Statement of Financial Position and Statement of Cash Flow for the most recent year of
trading for this organisation;
b) a statement of the cash flow forecast for the current year and a bank letter outlining the
current cash and credit position; or
c) alternative means of demonstrating financial status if any of the above are not available
(e.g. forecast of turnover for the current year and a statement of funding provided by the
owners and/or the bank, charity accruals accounts or an alternative means of demonstrating
financial status).
Economic operators must also confirm whether or not they are part of a wider group (e.g. a subsidiary of a holding/parent company), and if so must provide confirmation of:
a) the name of the organisation;
b) the relationship to the economic operator completing the SQ; the organisation's company
accounts (if available); and confirmation on whether or not this organisation would be willing
to provide a guarantee if necessary, and if not would the economic operator be able to obtain
a guarantee elsewhere (e.g. from a bank)
Insurance -
See Section 8.1 of the SQ (available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf).
Economic operators are asked to self-certify whether they already have, or can commit to
obtain, prior to the commencement date of the Contract, the levels of insurance cover
indicated below:
a) Employer's (Compulsory) Liability Insurance £10,000,000 (in relation to any one claim or
series of claims);
b) Public Liability Insurance, including Product Liability Insurance £10,000,000 (in relation
to any one claim or series of claims); and
c) Professional Indemnity Insurance £2,000,000 (in relation to any one claim or series of claims).
Minimum level(s) of standards possibly required
Finance
See Section 4 of the Selection Questionnaire (available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf ).
The rationale applied will be economic operators being able to self-certify that they have an
annual turnover of at least twice the estimated contract value as outlined within the
Tender Documents and a positive net worth. Failure by an economic operator to supply on
request either a copy of the audited accounts for the most recent two (2) years or any one of
the document listed in (a) - (c) in Section 4.1 of the SQ may also result in exclusion. Further,
any answers which leads the contracting authority, acting reasonably, to conclude
(considering the risk that the relevant answer suggests about the economic operator's
ability to properly perform the Contract) that it would be inappropriate to select the
economic operator on this occasion may result in exclusion. In addition, if an economic
operator indicates in Section 5 of the SQ that its parent or holding company is prepared to
guarantee the performance of the economic operator's company, the information provided in response to Sections 5.1 to 5.3 will be used in the financial assessment of the economic
operator.
Insurance -
See 8.1 of the SQ (available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf ).
Failure to indicate 'Yes' to any of the required insurances stated in Section 8.1 will result in
exclusion.
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
28 May 2021
Local time
1:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 June 2021
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Contracting Authority considers that this Contract may be suitable for economic
operators that are small or medium enterprises ('SMEs'). However, any selection of
economic operators will be based solely on the criteria set out for the procurement, and the
Contract will be awarded to the most economically advantageous tender on the basis of the
award criteria within the procurement documents. The procurement documentation can be
found at: https://www.yortender.co.uk.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will incorporate a minimum ten (10) calendar day standstill period
at the point that information on the conclusion of the Contract is communicated to
tenderers. This period allows any unsuccessful tenderer(s) to seek further debriefing from
the contracting authority before the conclusion of the Contract. Such additional information should be requested from the address at I.1 of this notice. If an appeal regarding the
conclusion of the Contract has not been successfully resolved, then the Public Contracts
Regulations 2015 (SI 2015/102) 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 started within thirty (30) days beginning with the
date when the aggrieved party first knew or sought to have grounds for starting the
proceedings had risen. The Court may extend the time limited for starting proceedings where
the Court considers that there is a good reason for doing so, but not so as to permit
proceedings to be started more than three (3) months after that date. Where the Contract
has not been concluded, the Court may order the setting aside of the award decision or order
the contracting authority to amend any document and may award damages. If however the
Contract has been concluded, the Court may only award damages or, where the contract
award procedures have not been followed correctly, declare the Contract to be ineffective.