Tender

Traffic Equipment Maintenance & Ancillary Support

  • East Dunbartonshire Council

F02: Contract notice

Notice identifier: 2021/S 000-014521

Procurement identifier (OCID): ocds-h6vhtk-02c02c

Published 25 June 2021, 12:55pm



The closing date and time has been changed to:

28 July 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

East Dunbartonshire Council

Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place

Kirkintilloch

G66 1TJ

Contact

Emma Yule

Email

Emma.Yule@eastdunbarton.gov.uk

Telephone

+44 1415745750

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

http://www.eastdunbarton.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.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

Traffic Equipment Maintenance & Ancillary Support

Reference number

EDC/2020/3066

two.1.2) Main CPV code

  • 50232200 - Traffic-signal maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

East Dunbartonshire Council will require a suitable contractor to provide a comprehensive maintenance service for all related traffic signal equipment within the Council’s boundaries. The contract will cover all on-street equipment including signal heads, poles, push buttons, demand units and all above ground detection and communication equipment. The contract will also include the maintenance of all equipment contained within each traffic signal controller; this includes all related UTC equipment where appropriate.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34970000 - Traffic-monitoring equipment
  • 34996100 - Traffic lights
  • 34992100 - Illuminated traffic signs
  • 45316210 - Installation of traffic monitoring equipment
  • 45316212 - Installation of traffic lights
  • 45316213 - Installation of traffic guidance equipment
  • 50232000 - Maintenance services of public-lighting installations and traffic lights
  • 50232200 - Traffic-signal maintenance services
  • 63712700 - Traffic control services
  • 63712710 - Traffic monitoring services
  • 71322500 - Engineering-design services for traffic installations

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

two.2.4) Description of the procurement

East Dunbartonshire Council is seeking a suitably qualified contractor to provide a comprehensive maintenance service for all related traffic signal equipment within the Council’s boundaries. The contract will cover all on-street equipment including signal heads, poles, push buttons, demand units and all above ground detection and communication equipment. The contract will also include the maintenance of all equipment contained within each traffic signal controller; this includes all related UTC equipment where appropriate.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Council reserve the right to extend this contract by up to 24 months in any increment at their sole discretion.

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

4A.2 In response to ESPD (Scotland) Question 4A.2 where it is required, within a bidder’s country of establishment, bidders must confirm which authorisations(s) or membership(s) of the relevant organisation(s) are required in order to perform this service(s) to be procured under this proposed contract.

Bidders must hold the following particular authorisation:

1. National Highway Sector Schemes certification (HSSC)

2. Construction Skills Certification Scheme (CSCS)

3. The Construction Industry Training Board (CITB)

4. Compliance with the New Roads and Street Works Act 1991 (NRSWA)

5. Highway Electrical Association Membership (HEA)/ The Association of Signal, Lighting and other highway electrical contractor (ASLEC)

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows:

Pass = response is compliant with the minimum requirement stated in the Contract Notice

Fail = response is not compliant with the minimum requirement stated in the Contract Notice

Minimum level(s) of standards possibly required

4B.5.1, 4B.5.2 and 4B.5.3. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Professional Risk Indemnity Insurance - 10,000,000 GBP each and every claim without limit to the number of claims

Employers Liability – 5,000,000 GBP each and every claim without limit to the number of claims

Public Liability – 5,000,000 GBP each and every claim without limit to the number of claims

Unlimited in respect of liability for death / injury.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders must answer question 4C.1.2

Minimum level(s) of standards possibly required

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in the Contract Notice or the relevant section of the Site Notice. A minimum of two Contracts of a similar scope and nature which have successfully delivered in the last three years.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the ITT

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

26 July 2021

Local time

12:00pm

Changed to:

Date

28 July 2021

Local time

12:00pm

See the change notice.

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

26 July 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2024 or possibly 2026 if both extension periods are utilised.

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

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=652247.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

A community benefit requirement is a contractual requirement imposed by the contracting authority –

a) Relating to –

a. Training and recruitment, or

b. The availability of sub-contracting opportunities

b) Which is otherwise intended to improve the economic, social or environmental wellbeing of the authority’s area in a way additional to the main purpose of the contract in which the requirement is included.

Tenderers are expected to provide contribution towards community benefits, which will be considered as part of your tender submission. Please detail the actions that you will take to deliver community benefits within the quality questionnaire.

Factors to consider as opportunities for community benefits include:

- Generating employment and training opportunities for priority groups

- Vocational training

- Up-skilling existing workforce

- Equality and diversity initiatives

- Sub-contracting opportunities available to SME’s, the third sector and supported businesses and/or in the local area

- Supply-chain developmental activity

- Building capacity in community organisations

- Education support initiatives

- Working with schools, colleges, universities to offer work experience or educational/professional advice

- Community engagement events or providing value to the local community

- Minimising negative environmental impacts, for example impacts associated with vehicle movements and/or associated emissions ad impacts on protected species, areas, buildings or sites

(SC Ref:652247)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=652247

six.4) Procedures for review

six.4.1) Review body

Sheriff Clerks Office

Po Box 23, 1 Charlton Place

Glasgow

G5 9DA

Country

United Kingdom