Contract

SCC - Supply & Installation of Safety Camera Enforcement Systems Throughout the County of Surrey

  • Surrey County Council

F03: Contract award notice

Notice identifier: 2023/S 000-015610

Procurement identifier (OCID): ocds-h6vhtk-037509

Published 1 June 2023, 4:06pm



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

Woodhatch Place,11 Cockshot Hill, Woodhatch

REIGATE

RH28EF

Contact

Melisa Suleyman

Email

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

https://www.surreycc.gov.uk/

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

https://www.neology.net/

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.