Tender

KMCIT-127 Intelligent Transport System - Air Quality

  • Kirklees Council

F02: Contract notice

Notice identifier: 2021/S 000-009027

Procurement identifier (OCID): ocds-h6vhtk-02aab4

Published 27 April 2021, 4:02pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Civic Centre 1

Huddersfield

HD1 2NF

Contact

Corporate Procurement

Email

procurement@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.kirklees.gov.uk

Buyer's address

http://www.kirklees.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.yortender.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.yortender.co.uk

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.