Section one: Contracting authority
one.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
Catherine.Griffin2@cardiff.gov.uk
Country
United Kingdom
NUTS code
UKL22 - Cardiff and Vale of Glamorgan
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://supplierlive.proactisp2p.com/account/login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://supplierlive.proactisp2p.com/account/login
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
Supply, Installation, and Maintenance of Traffic Signals and ITS Equipment
Reference number
ERFX1007546
two.1.2) Main CPV code
- 50232200 - Traffic-signal maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Tender for the Design, Supply, Installation and Maintenance of equipment and infrastructure for the Control and Management of traffic and related services within the boundaries of Cardiff Council.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34923000 - Road traffic-control equipment
- 34970000 - Traffic-monitoring equipment
- 34972000 - Traffic-flow measuring system
- 50232200 - Traffic-signal maintenance services
- 63712700 - Traffic control services
- 71322500 - Engineering-design services for traffic installations
- 32441300 - Telematics system
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
Tender for the Design, Supply, Installation and Maintenance of equipment and infrastructure for the Control and Management of traffic and related services:
- Fault attendance and maintenance at all Traffic
Signals Installations, Flow sites and associated
cabling, interconnections and network communications
- Automatic Rising Bollards and all associated cabling,
interconnections & network communications
- Variable Message and Driver Information Signs and all
associated cabling, interconnections & network
communications
- Periodic inspections.
- Electrical Testing to BS7671.
- Fault Management and Asset Management.
- Supply / Installation of Equipment (if required).
- Design/Modelling Services (if required).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 25
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
1 year 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
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
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
22 October 2021
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
22 October 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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
Please also register on Proactis using below link: https://supplierlive.proactisp2p.com/account/login
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 documentation for full details regarding Community Benefits.
(WA Ref:113198)
The buyer considers that this contract is suitable for consortia.
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