Section one: Contracting authority
one.1) Name and addresses
Somerset County Council
County Hall
Taunton
TA1 4DY
Contact
Mr Mark Brown
Telephone
+44 1823359114
Country
United Kingdom
NUTS code
UKK23 - Somerset
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=bb6d4716-99f3-ec11-8115-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=bb6d4716-99f3-ec11-8115-005056b64545
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
Framework Agreement for Specialist Traffic Signal Related Services 2022
Reference number
DN591128
two.1.2) Main CPV code
- 50232000 - Maintenance services of public-lighting installations and traffic lights
two.1.3) Type of contract
Services
two.1.4) Short description
Somerset County Council traffic control department as the highway authority has the responsibility to manage, maintain and refurbish all permanent traffic signals within Somerset. The Authority is looking to obtain design, implementation and maintenance expertise from specialist contractors with regards to the following Lots:
Lot 1 - Configurations - Preparation of MCH1827B forms and Production of TOPAS 2500A Configurations either Eprom/Electronic
Lot 2 - SCOOT/MOVA - design, implementation and validation. Traffic Control Room specialist technical support services.
The Authority will set up a Framework Agreement for a period of 48 months. Orders will be placed through the Framework Agreement to appointed suppliers following the process detailed in the procurement documents.
Applicants may bid for one or both Lots. Each Lot will be independently evaluated and so there is no advantage or disadvantage for bidding for one or both Lots.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Configurations
Lot No
1
two.2.2) Additional CPV code(s)
- 50232200 - Traffic-signal maintenance services
two.2.3) Place of performance
NUTS codes
- UKK23 - Somerset
two.2.4) Description of the procurement
Lot 1 - Configurations - Preparation of MCH1827B forms and Production of TOPAS 2500A Configurations either Eprom/Electronic
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £120,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Lot 2 - SCOOT/MOVA
Lot No
2
two.2.2) Additional CPV code(s)
- 50232200 - Traffic-signal maintenance services
two.2.3) Place of performance
NUTS codes
- UKK23 - Somerset
two.2.4) Description of the procurement
Lot 2 - SCOOT/MOVA - design, implementation and validation. Traffic Control Room specialist technical support services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £290,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
Originally published as:
Date
29 July 2022
Local time
12:00pm
Changed to:
Date
12 August 2022
Local time
12:00pm
See the change notice.
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
29 July 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
Telephone
+44 3450103503
Country
United Kingdom