Section one: Contracting authority
one.1) Name and addresses
Crawley Borough Council
Town Hall, The Boulevard
Crawley
RH10 1UZ
Contact
Procurement Team
Country
United Kingdom
NUTS code
UKJ28 - West Sussex (North East)
Internet address(es)
Main address
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
Country
United Kingdom
NUTS code
UKJ28 - West Sussex (North East)
Internet address(es)
Main address
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