Tender

Traffic Management Orders

  • Westminster City Council

F02: Contract notice

Notice identifier: 2022/S 000-014607

Procurement identifier (OCID): ocds-h6vhtk-033fb5

Published 25 May 2022, 11:05am



Section one: Contracting authority

one.1) Name and addresses

Westminster City Council

Westminster City Council 64 Victoria Street

London

SW1E 6QP

Email

tenders@westminster.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.capitalesourcing.com

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

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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

www.capitalesourcing.com

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).