Tender

Crawley BC and Horsham DC - Traffic Management Services

  • Crawley Borough Council
  • Horsham District Council

F02: Contract notice

Notice identifier: 2021/S 000-027890

Procurement identifier (OCID): ocds-h6vhtk-02f45f

Published 5 November 2021, 9:37pm



Section one: Contracting authority

one.1) Name and addresses

Crawley Borough Council

Town Hall, The Boulevard

Crawley

RH10 1UZ

Contact

Procurement Team

Email

procurement@horsham.gov.uk

Country

United Kingdom

NUTS code

UKJ28 - West Sussex (North East)

Internet address(es)

Main address

www.crawley.gov.uk

Buyer's address

https://in-tendhost.co.uk/sesharedservices/aspx/Home

one.1) Name and addresses

Horsham District Council

Parkside, Chart Way

Horsham

RH12 1RL

Contact

Procurement Team

Email

procurement@horsham.gov.uk

Country

United Kingdom

NUTS code

UKJ28 - West Sussex (North East)

Internet address(es)

Main address

www.horsham.gov.uk

Buyer's address

https://in-tendhost.co.uk/sesharedservices/aspx/Home

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://in-tendhost.co.uk/sesharedservices/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/sesharedservices/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

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

Crawley BC and Horsham DC - Traffic Management Services

Reference number

CRBC - 033664

two.1.2) Main CPV code

  • 63712700 - Traffic control services

two.1.3) Type of contract

Services

two.1.4) Short description

Crawley Borough Council and Horsham District Council invite tenders for the provision of traffic management services. This tender process is split into two separate Lots by Council, each with differing requirements. Bidders may submit a tender for one or both Lots.

two.1.5) Estimated total value

Value excluding VAT: £650,000

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

Crawley Borough Council

Lot No

A

two.2.2) Additional CPV code(s)

  • 63712700 - Traffic control services
  • 34996000 - Control, safety or signalling equipment for roads
  • 34923000 - Road traffic-control equipment

two.2.3) Place of performance

NUTS codes
  • UKJ28 - West Sussex (North East)
Main site or place of performance

Within the borough of Crawley.

two.2.4) Description of the procurement

Lot A: Crawley Borough Council invites tenders for the provision of traffic management services within the Crawley Borough to ensure that the Council’s operatives can safely carry out litter cleansing, street sweeping, and grass cutting duties along high speed roads. Crawley Borough Council has mainly required mobile traffic management services on the A23 and A2220 high speed dual carriageways in the past; however, this is not exclusive of any other roads or types of traffic management measures that might be required during the contract term. The Contract Start Date for the delivery of the services is scheduled to be on 1st April 2022 at 00:00 hours. The Contract will be awarded for a period of 3 years until 31st March 2025, with an option to extend for a further period(s) up to a maximum of 2 years, subject to performance and the absolute discretion of the Council. Based on current expenditure, it is estimated that the contract will have a value of approximately £50,000 per annum; however, this is subject to the fluctuating demand of the service, and therefore no volume or value is guaranteed by the Council. This service is also subject to funding received from West Sussex County Council, and it is therefore worth noting that Crawley Borough Council’s requirements for traffic management services may be decreased if West Sussex County Council decides to reduce or remove the current funding arrangements. The Council is managing this tender process and communicating with Bidders using the SE Shared Services e-sourcing portal hosted by In-Tend Limited (the Portal). No hard copy documents will be issued and all communications with the Council (including submission of tenders) will be conducted via the Portal.

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: £250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2022

End date

31 March 2025

This contract is subject to renewal

Yes

Description of renewals

The contract has an option to extend for a further period or successive periods of one year or more up to a maximum of 2 years (24 months) subject to performance and the absolute discretion of the Council.

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

Horsham District Council

Lot No

B

two.2.2) Additional CPV code(s)

  • 63712700 - Traffic control services
  • 34996000 - Control, safety or signalling equipment for roads
  • 34923000 - Road traffic-control equipment

two.2.3) Place of performance

NUTS codes
  • UKJ28 - West Sussex (North East)
Main site or place of performance

Within the district of Horsham.

two.2.4) Description of the procurement

Lot B: Horsham District Council invites tenders for the provision of traffic management services within the Horsham District to ensure that the Council’s operatives can safely carry out litter cleansing duties along high speed roads. Horsham District Council has mainly required lane closures, stop and go works, and mobile traffic management services on the A24 and A264 high-speed dual carriageways, and the A272 and A264 high-speed single carriageway in the past; however, this is not exclusive of any other roads or types of traffic management measures that might be required during the contract term. The Contract Start Date for the delivery of the services is scheduled to be on 1st April 2022 at 00:00 hours. The Contract will be awarded for a period of 3 years until 31st March 2025, with an option to extend for a further period(s) up to a maximum of 2 years, subject to performance and the absolute discretion of the Council. Based on current expenditure, it is estimated that the contract will have a value of approximately £80,000 per annum; however, this is subject to the fluctuating demand of the service, and therefore no volume or value is guaranteed by the Council. The Council is managing this tender process and communicating with Bidders using the SE Shared Services e-sourcing portal hosted by In-Tend Limited (the Portal). No hard copy documents will be issued and all communications with the Council (including submission of tenders) will be conducted via the Portal.

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: £400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2022

End date

31 March 2025

This contract is subject to renewal

Yes

Description of renewals

The contract has an option to extend for a further period or successive periods of one year or more up to a maximum of 2 years (24 months) subject to performance and the absolute discretion of the Council.

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

17 December 2021

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

17 December 2021

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The value provided in Section II.1.5) of this notice represents the combination of Crawley Borough Council's and Horsham District Council's estimates of the total value of the contract opportunity for each Lot, including any possible extensions. The Information for Bidders document contains the mandatory selection criteria which must be met by the potential candidates. All tenders must be submitted through the Council's In-tend portal, details of which can be found at http://www.sesharedservices.org.uk/esourcing. The Council expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; ii. to make whatever changes it may see fit to the content and structure of the requirements during the tender phase ; and in no circumstances will be liable for any costs incurred by the candidates. Further information about the contract opportunity can be found in the Information for Bidders document which will be made available via the portal to bidders registering their interest in this procurement.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand, Holborn Town

London

WC2A 2LL

Country

United Kingdom