Section one: Contracting authority
one.1) Name and addresses
Vale of Glamorgan Council
Civic Offices, Holton Road
BARRY
CF63 4RU
Contact
Nathan Thomas Neighbourhood Manager – Highway Maintenance / Rheolwr Cymdogaeth – Cynnal a Chadw Priffyrdd
nathanthomas@valeofglamorgan.gov.uk
Telephone
+44 1446700111
Country
United Kingdom
NUTS code
UKL22 - Cardiff and Vale of Glamorgan
Internet address(es)
Main address
http://www.valeofglamorgan.gov.uk
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0275
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sell2wales.gov.wales
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sell2wales.gov.wales
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
https://www.sell2wales.gov.wales
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
The Maintenance of Traffic Control and Associated Equipment
Reference number
VOG/NT/YC0622
two.1.2) Main CPV code
- 50232200 - Traffic-signal maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
the provision of a service that maintains the traffic control installations within the area of the Vale of Glamorgan
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50232200 - Traffic-signal maintenance services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
The Vale of Glamorgan
two.2.4) Description of the procurement
A call of contract for the provision of a service that maintains the traffic control installations within the area of the Vale of Glamorgan. The maintenance involves:
- Contractor to undertake a survey of each asset within three months of Contract award and record individual itemised asset within their own asset management system for ease of use throughout the management of the Contract.
- The Contractor is responsible for maintaining their own asset inventory, however this data remains the Council’s and is required to be shared when requested for the full duration of Contract (Potentially 5 Years) This data will need to be shared Microsoft Excel format for bulk import into our own asset system, known as Confirm.
- attendance and investigation of faults reported by the Council;
- minor repairs to rectify any faults found and to bring the installation back into service;
- replacement of faulty components to bring the installation back into service;
- periodic inspections as detailed in Appendix G;
- liaising with Western Power Distribution (“WPD”) to resolve power supply failures;
- provision of chargeable repair / minor upgrade works utilising a schedule of rates (Appendix J).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Up to a further 12 months extension
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
two.2.14) Additional information
“The Vale of Glamorgan Council has declared a Climate and Nature emergency and is committed to working with suppliers that contribute to our journey towards Net Zero Carbon”
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please see tender documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Framework agreement with a single operator
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
25 July 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 July 2022
Local time
12:00pm
Place
Electronic tender process
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
“The Vale of Glamorgan Council has declared a Climate and Nature emergency and is committed to working with suppliers that assist with our journey towards Net Zero Carbon”
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=122290.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Please see tender documents
(WA Ref:122290)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom