Section one: Contracting authority
one.1) Name and addresses
Surrey County Council
Woodhatch Place, 11 Cockshot Hill
Reigate
RH2 8EF
Contact
Rob Davis
Country
United Kingdom
NUTS code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
Buyer's address
www.sesharedservices.org.uk/esourcing
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.sesharedservices.org.uk/esourcing
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.sesharedservices.org.uk/esourcing
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 RD - Highways Services Intelligent Traffic Systems
Reference number
DN1248
two.1.2) Main CPV code
- 34923000 - Road traffic-control equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Surrey County Council (“the Council”) is seeking to re-procure the contract for Supply, Installation, Commissioning, Inspection, and Maintenance of Intelligent Traffic Systems.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 34996100 - Traffic lights
- 45233294 - Installation of road signals
- 45316212 - Installation of traffic lights
- 63712700 - Traffic control services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Surrey County Council is seeking to re-procure the contract for Supply, Installation, Commissioning, Inspection, and Maintenance of Intelligent Traffic Systems (‘the Requirement’). At present, the Requirement is delivered through the two existing Traffic Control Systems Contracts. These contracts have been in place since 2017 and are currently due to expire in April 2022. While these have been successful contracts, SCC recognise that there is an opportunity to build upon these successes and take steps to maximise the opportunities available to both the Council and the appointed supplier.
The Council operate and maintain approximately 800 intelligent transport assets, comprising of signal-controlled junctions, signal-controlled crossings, Fire Station Wig-wags, car park equipment, variable message signs, rising bollards and C.C.T.V. cameras.
The Council operates a whole life asset management programme and is currently expecting to spend approximately £5,000,000.00 per annum on its intelligent transport systems.
In order to maximise the success of this contract, the Council will need to put in place a contract which provides the appointed supplier with further opportunities to deliver innovative services which may change the way in which the contract is delivered in the future. SCC therefore plan to encourage the successful bidder to work together with the Council and its partner organisations to innovate and enable the results to be implemented.
For example, the Council are currently considering how greater use of technology may improve service delivery, how other services can be delivered in an innovative way via the appointed supplier and putting in place a mechanism which encourages the supplier to approach the Council with new ideas which can actually be implemented.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the contract term will be a maximum of 10 years (i.e. 6 year initial term plus options to extend for two 2-year periods thereafter).
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The contract shall include options to facilitate the delivery of innovative and/or transformative services connected to the subject-matter of the 'core' services to be delivered.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The appointed supplier will be required to actively participate in the achievement of social and/or environmental objectives. Accordingly, contract performance conditions will relate in particular to social, environmental or other corporate social responsibility considerations. Further details can be found in the procurement documents and the contract.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date
20 September 2021
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 September 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Selection Questionnaire responses and tenders are to be completed electronically using the SE Shared Services Procurement eSourcing portal https://www.sesharedservices.org.uk/esourcing/opportunities). The SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates should register their organisation on the SE Shared Services portal. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. The Council reserves the right at any time to:
(i) reject any or all responses and to cancel or withdraw this procurement at any stage;
(ii) award a contract without prior notice;
(iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents;
(iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification);
(v) terminate the procurement process; and
(vi) amend the terms and conditions of the selection and evaluation process.
All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received. In relation to Section II.2.10, variant bids may be accepted by the Council. However, this will only be in circumstances where the form and content of the variant has been approved by the Council in advance.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
Telephone
+44 2079477882
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
Any appeals should be promptly brought to the attention of the Executive Director of ETI 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 time-scales 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.