Section one: Contracting authority
one.1) Name and addresses
Westminster City Council
Westminster City Council 64 Victoria Street
London
SW1E 6QP
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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 Management Orders
Reference number
prj_WCC_20124
two.1.2) Main CPV code
- 71311210 - Highways consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Traffic Management Order (TMO) contract is part of a suite of Contracts that cover the design, delivery and maintenance of Highways assets. The TMO contract supports the delivery of public realm, safety and developer schemes amongst others covering changes to Carriageways, Footways, Lighting, Drainage, Bridges and other Structures.
The work under this Contract comprises the provision of an integrated service comprising of but not limited to:
— Order making of permanent and temporary traffic orders including, consultation, advertising and mapping,
— Professional advice on traffic management regulations, signs and compliance,
— Order Amendments for parking designations,
— Traffic Orders for Projects carried by third parties e.g. developers,
— Maintenance of the WCC owned “Parkmap” System and Supply of Traffic Survey Data, and any replacement /additional IT systems,
— To provide, support and maintain systems used by both supplier and client to support the delivery of services as required.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 63712700 - Traffic control services
- 63712710 - Traffic monitoring services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Traffic Management Order Service Provider will be required to provide its services to other contracts procured in respect of highways maintenance and transportation related services and / or works. These are Highways Management and Transportation Projects, Public Lighting Management, Electrical and Mechanical Services and Bridges & Structures Management Contracts for any projects undertaken, these include:
— Traffic, Safety and Parking related Projects,
— Highway and public lighting Improvements (development related),
— Public Realm Improvements,
— Security Projects.
A full description can be found in the Service Specification please see documents attached to the opportunity on Capital E Sourcing ref prj_WCC_20124
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: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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.1.8) 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
4 July 2022
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 May 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This opportunity and all associated procurement documents will be accessible via our e-sourcing portal, kindly
visit; www.capitalesourcing.com and search for the following reference: prj_WCC_20124 - Traffic Management Orders. If you have any questions, please submit these through the e-tendering portal
(“the Portal”)
Our e-sourcing portal site is free to register on.
To view details of the Opportunity via the Portal please click the following link and enter your Username and
Password:
https://www.capitalesourcing.com/web/login.shtml
Or browse as follows:
- Connect to https://www.capitalesourcing.com
- Enter your Username and Password
- Go to Published Opportunities
- Click on the Project Title 'Community Equipment Consortium ITT' to view details.
Confidential Data Pack Information
In order to protect the confidential nature of the additional data pack information, the Authority will provide
restricted access to Candidates using PowerBi via the following link:
Tender Data Pack - Power BI
Candidates are required to have an Office 365 package that includes the PowerBI service app in order to access
the additional data pack information.
Candidates can request access to the abovementioned information by following the instructions below:
1. Candidates will need to message the Authority via the Portal and provide their email address corresponding
with their bidding organisation in order to gain access.
2. Upon receipt of the above request, the Authority will provide access to the Tender Data Pack to the
Candidate making the request.
3. If Candidates have a question or experience any issues in accessing the Tender Data Pack information,
please use the Portal’s messaging facility.
The Tender Data Pack contains confidential and commercially sensitive information. Candidates are referred to
Appendix 1 (Procurement Conditions) in relation to the handling/use of this information.
Bid submissions must be by way of completion and return of the three Envelopes referred to in the Invitation to Tender (“ITT”) document (in accordance with the requirements set out in the ITT) by the date and time
specified in Section IV.2.2. The Authority reserves the right not to accept submissions that are received after
the deadline. Candidates are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.
Candidates are responsible for their own costs in relation to this procurement process. The Authority reserves the right to cancel the procurement procedure at any point and shall have no liability to candidates whatsoever
in respect of any costs incurred by candidates in participating in the tender process.
Candidates should note that the Authority gives no warranty or guarantee of any value or number of call-off contracts awarded under the Framework.
Continued from IV.1.3 - In making this decision the Authority has also considered the level of investment to be made by the successful bidder in warehousing, logistics, maintaining equipment stock levels and recycling life-cycle model, so the longer term enables bidders to achieve a greater return in investment and potentially
more favourable leasing options.
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Royal Court of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).