- Scope of the procurement
- Lot 1 A25 Shere Road, Albury Average Speed
- Lot 2 B2032 Dorking Road, Tadworth Average Speed
- Lot 3 B374 Brooklands Road, Weybridge Average Speed
- Lot 4 B382 Old Woking Road, West Byfleet Average Speed
- Lot 5 A23 Horley Road, South Earlswood Spot Speed
- Lot 6 A281 Horsham Road, Bramley Average Speed
Section one: Contracting authority
one.1) Name and addresses
Surrey County Council
Woodhatch Place,11 Cockshot Hill, Woodhatch
REIGATE
RH28EF
Contact
Melisa Suleyman
melisa.suleyman@surreycc.gov.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.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
SCC - Supply & Installation of Safety Camera Enforcement Systems Throughout the County of Surrey
Reference number
RFX1000224
two.1.2) Main CPV code
- 34971000 - Speed camera equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Surrey County Council ("the Council") is seeking to procure one or more contract(s) for Supply and Installation of Safety Camera Enforcement Systems Throughout the County of
Surrey.
Lot 1 A25 Shere Road, Albury Average Speed
Lot 2 B2032 Dorking Road, Tadworth Average Speed
Lot 3 B374 Brooklands Road, Weybridge Average Speed
Lot 4 B382 Old Woking Road, West Byfleet Average Speed
Lot 5 A23 Horley Road, South Earlswood Spot Speed
Lot 6 A281 Horsham Road, Bramley Average Speed
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £415,956.93
two.2) Description
two.2.1) Title
Lot 1 A25 Shere Road, Albury Average Speed
Lot No
1
two.2.2) Additional CPV code(s)
- 34971000 - Speed camera equipment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Surrey County Council ("the Council") is seeking to identify one or more safety camera providers ('the Contractor') to design and install Home Office Type Approved ('HOTA')
safety camera systems at the following locations or 'Lots':
Lot 1 A25 Shere Road, Albury Average Speed
Lot 2 B2032 Dorking Road, Tadworth Average Speed
Lot 3 B374 Brooklands Road, Weybridge Average Speed
Lot 4 B382 Old Woking Road, West Byfleet Average Speed
Lot 5 A23 Horley Road, South Earlswood Spot Speed
Lot 6 A281 Horsham Road, Bramley Average Speed
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed in the ITT document. Bidders should be aware that each Lot will be evaluated and awarded individually using the documents required for submission.
Safety cameras have been successful in reducing road casualties through deterring speeding and red light jumping. Analysis of speed and collision data has indicated that the installation of safety camera systems in these locations would be an appropriate method of improving road safety for these stretches of road.
The project will include the installation of digital average speed or spot speed camera technology that has been type approved by the Home Office. Equipment must be connected safely to existing power networks and be able to communicate remotely with the Surrey Police back-office processing system via 3G / 4G. The scope of this procurement exercise is for the supply and installation of the camera systems. The cameras will be serviced and calibrated as part of "pay as you go" contracts that falls outside of this procurement exercise.
Surrey County Council Road Safety & Active Travel Team and Surrey Police ("Drive Smart Partnership") are looking for the most effective speed enforcement systems, employing the most appropriate technology that also demonstrates value for money. The evaluation panel will be assessing each solution put forward on its adherence to the specification, the level of enforcement achieved and the value of the proposal and will be awarding contract(s) to the most economically advantageous bidder(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 2 B2032 Dorking Road, Tadworth Average Speed
Lot No
2
two.2.2) Additional CPV code(s)
- 34971000 - Speed camera equipment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Surrey County Council ("the Council") is seeking to identify one or more safety camera
providers ('the Contractor') to design and install Home Office Type Approved ('HOTA')
safety camera systems at the following locations or 'Lots':
Lot 1 - A25 Shere Road, Albury
Lot 2 - B2032 Dorking Road, Tadworth
Lot 3 - 374 Brooklands Road, Weybridge
Lot 4 - 382 Old Woking Road, West Byfleet
Lot 5 - 23 Horley Road, South Earlswood
Lot 6 - A281 Horsham Road, Bramley
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually using the documents required for submission as detailed in Table 5 of this document.
Safety cameras have been successful in reducing road casualties through deterring speeding and red light jumping. Analysis of speed and collision data has indicated that the installation of safety camera systems in these locations would be an appropriate method of improving road safety for these stretches of road.
The project will include the installation of digital average speed or spot speed camera technology that has been type approved by the Home Office. Equipment must be connected safely to existing power networks and be able to communicate remotely with the Surrey Police back-office processing system via 3G / 4G. The scope of this procurement exercise is for the supply and installation of the camera systems. The cameras will be serviced and calibrated as part of "pay as you go" contracts that falls outside of this procurement exercise.
Surrey County Council Road Safety & Active Travel Team and Surrey Police ("Drive Smart Partnership") are looking for the most effective speed enforcement systems, employing the most appropriate technology that also demonstrates value for money. The evaluation panel will be assessing each solution put forward on its adherence to the specification, the level of enforcement achieved and the value of the proposal and will be awarding contract(s) to the most economically advantageous bidder(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 3 B374 Brooklands Road, Weybridge Average Speed
Lot No
3
two.2.2) Additional CPV code(s)
- 34971000 - Speed camera equipment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Surrey County Council ("the Council") is seeking to identify one or more safety camera providers ('the Contractor') to design and install Home Office Type Approved ('HOTA') safety camera systems at the following locations or 'Lots':
Lot 1 A25 Shere Road, Albury Average Speed
Lot 2 B2032 Dorking Road, Tadworth Average Speed
Lot 3 B374 Brooklands Road, Weybridge Average Speed
Lot 4 B382 Old Woking Road, West Byfleet Average Speed
Lot 5 A23 Horley Road, South Earlswood Spot Speed
Lot 6 A281 Horsham Road, Bramley Average Speed
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed in the ITT document. Bidders should be aware that each Lot will be evaluated and awarded individually using the documents required for submission.
Safety cameras have been successful in reducing road casualties through deterring speeding and red light jumping. Analysis of speed and collision data has indicated that the installation of safety camera systems in these locations would be an appropriate method of improving road safety for these stretches of road.
The project will include the installation of digital average speed or spot speed camera technology that has been type approved by the Home Office. Equipment must be connected safely to existing power networks and be able to communicate remotely with the Surrey Police back-office processing system via 3G / 4G. The scope of this procurement exercise is for the supply and installation of the camera systems. The cameras will be serviced and calibrated as part of "pay as you go" contracts that falls outside of this procurement exercise.
Surrey County Council Road Safety & Active Travel Team and Surrey Police ("Drive Smart Partnership") are looking for the most effective speed enforcement systems, employing the most appropriate technology that also demonstrates value for money. The evaluation panel will be assessing each solution put forward on its adherence to the specification, the level of enforcement achieved and the value of the proposal and will be awarding contract(s) to the most economically advantageous bidder(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 4 B382 Old Woking Road, West Byfleet Average Speed
Lot No
4
two.2.2) Additional CPV code(s)
- 34971000 - Speed camera equipment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Surrey County Council ("the Council") is seeking to identify one or more safety camera providers ('the Contractor') to design and install Home Office Type Approved ('HOTA') safety camera systems at the following locations or 'Lots':
Lot 1 A25 Shere Road, Albury Average Speed
Lot 2 B2032 Dorking Road, Tadworth Average Speed
Lot 3 B374 Brooklands Road, Weybridge Average Speed
Lot 4 B382 Old Woking Road, West Byfleet Average Speed
Lot 5 A23 Horley Road, South Earlswood Spot Speed
Lot 6 A281 Horsham Road, Bramley Average Speed
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed in the ITT document. Bidders should be aware that each Lot will be evaluated and awarded individually using the documents required for submission.
Safety cameras have been successful in reducing road casualties through deterring speeding and red light jumping. Analysis of speed and collision data has indicated that the installation of safety camera systems in these locations would be an appropriate method of improving road safety for these stretches of road.
The project will include the installation of digital average speed or spot speed camera technology that has been type approved by the Home Office. Equipment must be connected safely to existing power networks and be able to communicate remotely with the Surrey Police back-office processing system via 3G / 4G. The scope of this procurement exercise is for the supply and installation of the camera systems. The cameras will be serviced and calibrated as part of "pay as you go" contracts that falls outside of this procurement exercise.
Surrey County Council Road Safety & Active Travel Team and Surrey Police ("Drive Smart Partnership") are looking for the most effective speed enforcement systems, employing the most appropriate technology that also demonstrates value for money. The evaluation panel will be assessing each solution put forward on its adherence to the specification, the level of enforcement achieved and the value of the proposal and will be awarding contract(s) to the most economically advantageous bidder(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 5 A23 Horley Road, South Earlswood Spot Speed
Lot No
5
two.2.2) Additional CPV code(s)
- 34971000 - Speed camera equipment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Surrey County Council ("the Council") is seeking to identify one or more safety camera providers ('the Contractor') to design and install Home Office Type Approved ('HOTA') safety camera systems at the following locations or 'Lots':
Lot 1 A25 Shere Road, Albury Average Speed
Lot 2 B2032 Dorking Road, Tadworth Average Speed
Lot 3 B374 Brooklands Road, Weybridge Average Speed
Lot 4 B382 Old Woking Road, West Byfleet Average Speed
Lot 5 A23 Horley Road, South Earlswood Spot Speed
Lot 6 A281 Horsham Road, Bramley Average Speed
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed in the ITT document. Bidders should be aware that each Lot will be evaluated and awarded individually using the documents required for submission.
Safety cameras have been successful in reducing road casualties through deterring speeding and red light jumping. Analysis of speed and collision data has indicated that the installation of safety camera systems in these locations would be an appropriate method of improving road safety for these stretches of road.
The project will include the installation of digital average speed or spot speed camera technology that has been type approved by the Home Office. Equipment must be connected safely to existing power networks and be able to communicate remotely with the Surrey Police back-office processing system via 3G / 4G. The scope of this procurement exercise is for the supply and installation of the camera systems. The cameras will be serviced and calibrated as part of "pay as you go" contracts that falls outside of this procurement exercise.
Surrey County Council Road Safety & Active Travel Team and Surrey Police ("Drive Smart Partnership") are looking for the most effective speed enforcement systems, employing the most appropriate technology that also demonstrates value for money. The evaluation panel will be assessing each solution put forward on its adherence to the specification, the level of enforcement achieved and the value of the proposal and will be awarding contract(s) to the most economically advantageous bidder(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 6 A281 Horsham Road, Bramley Average Speed
Lot No
6
two.2.2) Additional CPV code(s)
- 34971000 - Speed camera equipment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Surrey County Council ("the Council") is seeking to identify one or more safety camera providers ('the Contractor') to design and install Home Office Type Approved ('HOTA') safety camera systems at the following locations or 'Lots':
Lot 1 A25 Shere Road, Albury Average Speed
Lot 2 B2032 Dorking Road, Tadworth Average Speed
Lot 3 B374 Brooklands Road, Weybridge Average Speed
Lot 4 B382 Old Woking Road, West Byfleet Average Speed
Lot 5 A23 Horley Road, South Earlswood Spot Speed
Lot 6 A281 Horsham Road, Bramley Average Speed
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed in the ITT document. Bidders should be aware that each Lot will be evaluated and awarded individually using the documents required for submission.
Safety cameras have been successful in reducing road casualties through deterring speeding and red light jumping. Analysis of speed and collision data has indicated that the installation of safety camera systems in these locations would be an appropriate method of improving road safety for these stretches of road.
The project will include the installation of digital average speed or spot speed camera technology that has been type approved by the Home Office. Equipment must be connected safely to existing power networks and be able to communicate remotely with the Surrey Police back-office processing system via 3G / 4G. The scope of this procurement exercise is for the supply and installation of the camera systems. The cameras will be serviced and calibrated as part of "pay as you go" contracts that falls outside of this procurement exercise.
Surrey County Council Road Safety & Active Travel Team and Surrey Police ("Drive Smart Partnership") are looking for the most effective speed enforcement systems, employing the most appropriate technology that also demonstrates value for money. The evaluation panel will be assessing each solution put forward on its adherence to the specification, the level of enforcement achieved and the value of the proposal and will be awarding contract(s) to the most economically advantageous bidder(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.11) Information about options
Options: 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: 2022/S 000-028687
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
14 March 2023
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Neology UK Ltd
4th Floor 62 Cornhill, London, England, EC3V 3NH
London
EC3V 3NH
Country
United Kingdom
NUTS code
- UKI4 - Inner London – East
Companies House
10809863
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £49,003.90
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
14 March 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
NEOLOGY UK LIMITED
4th Floor 62 Cornhill
London
EC3V 3NH
Country
United Kingdom
NUTS code
- UKI4 - Inner London – East
Companies House
10809863
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £102,431.25
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
14 March 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
NEOLOGY UK LIMITED
4th Floor 62 Cornhill
London
EC3V 3NH
Country
United Kingdom
NUTS code
- UKI4 - Inner London – East
Companies House
10809863
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £95,396.80
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
14 March 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
NEOLOGY UK LIMITED
4th Floor 62 Cornhill
London
EC3V 3NH
Country
United Kingdom
NUTS code
- UKI4 - Inner London – East
Companies House
10809863
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £57,917.35
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
14 March 2023
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
JENOPTIK Traffic Solutions UK Ltd
en, Watchmoor Park , Riverside Way
Camberley
GU15 3YL
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
Companies House
03540380
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £60,524.73
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
14 March 2023
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
NEOLOGY UK LIMITED
4th Floor 62 Cornhill
London
EC3V 3NH
Country
United Kingdom
NUTS code
- UKI4 - Inner London – East
Companies House
10809863
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £50,682.90
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Any appeals should be promptly brought to the attention of the Head of Procurement of the Council at the address specified in Section I) above and will be dealt with in accordance with
the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015. In accordance with such Regulations, the Council will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.