Section one: Contracting authority
one.1) Name and addresses
Wrexham County Borough Council
Commissioning Procurement and Contract Management Unit, Lampbit Street
Wrexham
LL11 1AR
Country
United Kingdom
NUTS code
UKL23 - Flintshire and Wrexham
Internet address(es)
Main address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264
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
Provision of Temporary Traffic Management
Reference number
Proc 23-01
two.1.2) Main CPV code
- 63712700 - Traffic control services
two.1.3) Type of contract
Services
two.1.4) Short description
Wrexham County Borough Council sought tenders in relation to Provision of Traffic Management
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: £320,000
two.2) Description
two.2.2) Additional CPV code(s)
- 63712700 - Traffic control services
two.2.3) Place of performance
NUTS codes
- UKL23 - Flintshire and Wrexham
two.2.4) Description of the procurement
Traffic management services on the County Borough network to facilitate highway maintenance operations and attendance at out of hour’s emergency incidents.
The contractor will provide suitable resources to provide 24-hour cover, 7 days per week with a reaction time of no later than 1 hour to attend to emergency situations.
The contractor may also be required to provide TSCO and/or site supervisory duties on behalf of the council as part of the council’s partner authority status with the North and Mid Wales Trunk Road Agency (NMWTRA), who are responsible for the planned, routine and reactive maintenance of 58km of principal highway network comprising the A483 (50km) and A5 (8km). As principal contractor the Council organise, manage and supervise works operations on the trunk road network as requested by NMWTRA. The majority of these works are undertaken overnight.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
The contract will be for an initial 2 year period followed by 2 optional extension periods of 12 months each (2+1+1 contract)
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.1.8) 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: 2023/S 000-002086
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
17 April 2023
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Quantum Traffic Management Limited
Quantum Traffic Management Unit 4f, Felnex Industrial Estate, Newport, Wales
Newport
NP19 4PQ
Country
United Kingdom
NUTS code
- UKL23 - Flintshire and Wrexham
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £320,000
Section six. Complementary information
six.3) Additional information
(WA Ref:131472)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This tender process incorporated a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals could be directly raised via the contact points detailed in sectionVI.4.1 of this contract notice. The Public Contracts Regulations 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).