Contract

Highways Traffic Management Framework

  • Rotherham Metropolitan Borough Council

F03: Contract award notice

Notice identifier: 2023/S 000-016340

Procurement identifier (OCID): ocds-h6vhtk-03a750

Published 8 June 2023, 4:24pm



Section one: Contracting authority

one.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main Street

Rotherham

S60 1AE

Contact

Joanne Kirk

Email

joanne.kirk@rotherham.gov.uk

Telephone

+44 1709334196

Country

United Kingdom

Region code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

GB173552264

Internet address(es)

Main address

https://www.rotherham.gov.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118

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

Highways Traffic Management Framework

Reference number

21-242

two.1.2) Main CPV code

  • 63712700 - Traffic control services

two.1.3) Type of contract

Services

two.1.4) Short description

Rotherham Borough Council’s Delivery Teams carry out Highway maintenance and safety improvements throughout the Borough. To carry out these works, we are seeking traffic management providers to work alongside our staff to provide traffic and pedestrian management in order that all works are carried out safely and effectively on the highway.

The framework will commence on 01/07/2023 and will run for a period of 24 months making the expiry date 30/06/2025. The framework will have an option to extend by 2 x 12 months at the sole discretion of the Council making the latest possible expiry date 30/06/2027.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,400,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 63712700 - Traffic control services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Rotherham

two.2.4) Description of the procurement

Rotherham Borough Council’s Delivery Teams carry out Highway maintenance and safety improvements throughout the Borough. To carry out these works, we are seeking traffic management providers to work alongside our staff to provide traffic and pedestrian management in order that all works are carried out safely and effectively on the highway.

Rotherham Council has a number of planned road works and maintenance schemes to improve our highway network for all road users. On average the Council delivers the following:

• Carriageways: 217 schemes, 61km (38 miles), 388,820 Sqm per year

• Footways: 9.5 schemes, 3.5km (2.1 miles), 7,325 Sqm per year

The Council is not responsible for the maintenance of the motorways that pass through the borough; however ,there will be a requirement for advance signing and slip road lane closures on the motorway exits for works taking place near to motorways.

The contract is to supply, install, maintain and remove traffic management systems which are required for works to take place on the highway throughout the Rotherham borough.

The intention is to award to a maximum of 3 providers in order to ensure successful on time delivery of all Street Scene schemes and projects and maintain service continuity.

It is anticipated that the contract will commence on 15/05/2023 and will run for a period of 24 months making the expiry date 14/05/2025. The framework will have an option to extend by 2 x 12 months at the sole discretion of the Council making the latest possible expiry date 14/05/2027

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 20

Price - Weighting: 50

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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: 2023/S 000-005230


Section five. Award of contract

Contract No

1

Title

Highways Traffic Management Framework

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 June 2023

five.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received from SMEs: 10

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 18

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Direct Traffic Management Ltd

Unit 26 Frontier Works King Edward Road

Thorne

DN8 4HU

Email

info@direct-traffic.co.uk

Country

United Kingdom

NUTS code
  • UKE3 - South Yorkshire
National registration number

02675045

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,400,000


Section five. Award of contract

Contract No

2

Title

Highways Traffic Management Framework

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 June 2023

five.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received by electronic means: 18

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Traffic Safety and Management Ltd

Unit 1 Baytree Farm, Middle Lane, Kings Norton.

Birmingham

B38 0DT

Email

martin@tsmltd.co.uk

Telephone

+44 1564700241

Fax

+44 1564700244

Country

United Kingdom

NUTS code
  • UKF2 - Leicestershire, Rutland and Northamptonshire
National registration number

765419309

Internet address

http://www.tsmltd.co.uk

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,400,000


Section five. Award of contract

Contract No

3

Title

Highways Traffic Management Framework

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 June 2023

five.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received by electronic means: 18

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Utilities Design & Planning Ltd

Astor Road

Salford

M50 1BB

Email

info@udpltd.co.uk

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
National registration number

3272716

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,400,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

six.4.4) Service from which information about the review procedure may be obtained

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom