Tender

Term Maintenance and Installation Contract for Traffic Control and Information Systems

  • Bournemouth Christchurch and Poole Council
  • Dorset Council

F02: Contract notice

Notice identifier: 2022/S 000-027065

Procurement identifier (OCID): ocds-h6vhtk-036bdd

Published 27 September 2022, 3:07pm



The closing date and time has been changed to:

2 December 2022, 2:00pm

See the change notice.

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

Email

procurement@bcpcouncil.gov.uk

Telephone

+44 1202128989

Country

United Kingdom

Region code

UKK2 - Dorset and Somerset

Internet address(es)

Main address

https://www.bcpcouncil.gov.uk

Buyer's address

https://www.supplyingthesouthwest.org.uk/

one.1) Name and addresses

Dorset Council

County Hall, Colliton Park

Dorchester, Dorset

DT1 1XJ

Email

procurement@bcpcouncil.gov.uk

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