Section one: Contracting authority
one.1) Name and addresses
Bournemouth Christchurch and Poole Council
BCP Council, Civic Centre, Bourne Avenue
Bournemouth
BH2 6DY
Contact
Strategic Procurement Team
Telephone
+44 1202128989
Country
United Kingdom
Region code
UKK2 - Dorset and Somerset
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk/
one.1) Name and addresses
Dorset Council
County Hall, Colliton Park
Dorchester, Dorset
DT1 1XJ
Country
United Kingdom
Region code
UKK2 - Dorset and Somerset
Internet address(es)
Main address
https://www.dorsetcouncil.gov.uk/
Buyer's address
https://www.supplyingthesouthwest.org.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplyingthesouthwest.org.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplyingthesouthwest.org.uk/
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
Term Maintenance and Installation Contract for Traffic Control and Information Systems
Reference number
DN618002
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
The Traffic Signals and Intelligent Transport Systems Term Maintenance Contract for works to be carried out across the two authorities Bournemouth, Christchurch and Poole (BCP) Council and Dorset Council (DC).
The two Authorities work in partnership to produce the term maintenance and, installation of traffic control and information systems for the entire geographical county of Dorset.
Whilst the successful contractor will be awarded separate contracts with each of the respective named authorities, a fundamental requirement of the way in which the two contracts are to be delivered is through continuation of the existing close co-operation between BCP Council and Dorset Council.
Scope
The Traffic Signals and ITS Term Maintenance Contract Services will cover the maintenance of the authorities traffic signal and intelligent transport systems equipment including replacement of equipment such as:
• The maintenance, routine and annual inspection of all the equipment associated with the traffic control and information systems;
• Modification and refurbishment of existing traffic signal-controlled junctions / all types of pedestrian crossings / communications and VMS / VAS / SID;
• The installation of new traffic signal and associated equipment, at new and existing sites.
• The commissioning of new, modified and refurbished signal-controlled junctions and pedestrian crossings;
• Traffic management associated with the works above.
The Contractor will be responsible for maintaining the equipment, and also for the maintenance of any additional equipment subsequently added to the inventory, during the contract period.
The existing traffic control stock will require ad-hoc maintenance following annual inspections and damage caused by road traffic incidents. It is likely that there will be a need for minor civil engineering works associated with these ad-hoc improvements.
For BCP Council the estimated spend per annum for BCP through the Contract is expected to be in the region of £250,000 for routine maintenance and an estimated £150,000 for non-routine maintenance plus a projected £300,000.
For Dorset Council the estimated spend per annum through the Contract is expected to be in the region of £150,000 for routine maintenance and an estimated £100,000 for non-routine maintenance plus a projected £250,000
Combined estimated spend per annum for both authorities through the Contract is expected to be in the region of £400,000 for routine maintenance and an estimated £250,000 for non-routine maintenance with a projected £600,000.
The Traffic Control and Information equipment to be maintained includes: traffic signal Junctions; Pedestrian crossings - Pelicans, Toucans, Puffins, Pegasus, Pedestrian Only Traffic Signals (POTS) and Parallel crossings; Variable Message Signs, Wig-Wags, Bluetooth Detectors, Weather Stations and other ITS equipment etc. SCOOT / UTC, RMS outstations.
The initial contract term will be 5 years with two options to extend, with the first extension for a further 3 years and the second extension for a further 2 years. Therefore, if all extensions are taken, the full contract duration shall be 10 years.
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34900000 - Miscellaneous transport equipment and spare parts
- 34920000 - Road equipment
- 34928000 - Road furniture
- 34996000 - Control, safety or signalling equipment for roads
- 34996100 - Traffic lights
- 45316000 - Installation work of illumination and signalling systems
- 45316212 - Installation of traffic lights
- 48810000 - Information systems
two.2.3) Place of performance
NUTS codes
- UKK2 - Dorset and Somerset
two.2.4) Description of the procurement
The Traffic Signals and Intelligent Transport Systems Term Maintenance Contract for works to be carried out across the two authorities Bournemouth, Christchurch and Poole (BCP) Council and Dorset Council (DC).
The two Authorities work in partnership to produce the term maintenance and, installation of traffic control and information systems for the entire geographical county of Dorset.
Whilst the successful contractor will be awarded separate contracts with each of the respective named authorities, a fundamental requirement of the way in which the two contracts are to be delivered is through continuation of the existing close co-operation between BCP Council and Dorset Council.
Scope
The Traffic Signals and ITS Term Maintenance Contract Services will cover the maintenance of the authorities traffic signal and intelligent transport systems equipment including replacement of equipment such as:
• The maintenance, routine and annual inspection of all the equipment associated with the traffic control and information systems;
• Modification and refurbishment of existing traffic signal-controlled junctions / all types of pedestrian crossings / communications and VMS / VAS / SID;
• The installation of new traffic signal and associated equipment, at new and existing sites.
• The commissioning of new, modified and refurbished signal-controlled junctions and pedestrian crossings;
• Traffic management associated with the works above.
The Contractor will be responsible for maintaining the equipment, and also for the maintenance of any additional equipment subsequently added to the inventory, during the contract period.
The existing traffic control stock will require ad-hoc maintenance following annual inspections and damage caused by road traffic incidents. It is likely that there will be a need for minor civil engineering works associated with these ad-hoc improvements.
For BCP Council the estimated spend per annum for BCP through the Contract is expected to be in the region of £250,000 for routine maintenance and an estimated £150,000 for non-routine maintenance plus a projected £300,000.
For Dorset Council the estimated spend per annum through the Contract is expected to be in the region of £150,000 for routine maintenance and an estimated £100,000 for non-routine maintenance plus a projected £250,000
Combined estimated spend per annum for both authorities through the Contract is expected to be in the region of £400,000 for routine maintenance and an estimated £250,000 for non-routine maintenance with a projected £600,000.
The Traffic Control and Information equipment to be maintained includes: traffic signal Junctions; Pedestrian crossings - Pelicans, Toucans, Puffins, Pegasus, Pedestrian Only Traffic Signals (POTS) and Parallel crossings; Variable Message Signs, Wig-Wags, Bluetooth Detectors, Weather Stations and other ITS equipment etc. SCOOT / UTC, RMS outstations.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £12,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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: Yes
Description of options
The initial contract term will be 5 years with two options to extend, with the first extension for a further 3 years and the second extension for a further 2 years. Therefore, if all extensions are taken, the full contract duration shall be 10 years.
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.2.3) 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
Originally published as:
Date
28 October 2022
Local time
2:00pm
Changed to:
Date
2 December 2022
Local time
2:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 October 2022
Local time
2:00pm
Information about authorised persons and opening procedure
All tenders are electronically sealed and opened by the Councils democratic services team.
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
High Courts of Justice
The Royal Court of Justice
London
WCA 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87
(standstill period) and Regulations 91 (enforcement of duties through the Court) of the
Public Contracts Regulations 2015 (as amended).
six.4.4) Service from which information about the review procedure may be obtained
High Courts of Justice
The Royal Court of Justice
London
WCA 2LL
Country
United Kingdom