Section one: Contracting authority
one.1) Name and addresses
Surrey County Council
Woodhatch Place, 11 Cockshot Hill
Reigate
RH2 8EF
Contact
Rob Davis
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/
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
SCC RD - Supply and Installation of Safety Camera Enforcement Systems Throughout the County of Surrey
Reference number
RFX1000224
two.1.2) Main CPV code
- 34971000 - Speed camera equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Surrey County Council (“the Council”) is seeking to procure one or more contract(s) for Supply and Installation of Safety Camera Enforcement Systems Throughout the County of Surrey.
two.1.5) Estimated total value
Value excluding VAT: £920,000
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
Lot No
1
two.2.2) Additional CPV code(s)
- 45316210 - Installation of traffic monitoring equipment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Surrey County Council (“the Council”) is seeking to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:
Lot 1 - A25 Shere Road, Albury
Lot 2 - B2032 Dorking Road, Tadworth
Lot 3 - 374 Brooklands Road, Weybridge
Lot 4 - 382 Old Woking Road, West Byfleet
Lot 5 - 23 Horley Road, South Earlswood
Lot 6 - A281 Horsham Road, Bramley
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually using the documents required for submission as detailed in Table 5 of this document.
Safety cameras have been successful in reducing road casualties through deterring speeding and red light jumping. Analysis of speed and collision data has indicated that the installation of safety camera systems in these locations would be an appropriate method of improving road safety for these stretches of road.
The project will include the installation of digital average speed or spot speed camera technology that has been type approved by the Home Office. Equipment must be connected safely to existing power networks and be able to communicate remotely with the Surrey Police back-office processing system via 3G / 4G. The scope of this procurement exercise is for the supply and installation of the camera systems. The cameras will be serviced and calibrated as part of “pay as you go” contracts that falls outside of this procurement exercise.
Surrey County Council Road Safety & Active Travel Team and Surrey Police (“Drive Smart Partnership”) are looking for the most effective speed enforcement systems, employing the most appropriate technology that also demonstrates value for money. The evaluation panel will be assessing each solution put forward on its adherence to the specification, the level of enforcement achieved and the value of the proposal and will be awarding contract(s) to the most economically advantageous bidder(s).
Surrey County Council (‘The Council’) has made every effort to ensure the completeness and accuracy of information provided to Bidders but does not warrant any such information. Bidders should notify the Council without delay regarding any perceived ambiguity, inconsistency, or omission in relation to the information in this ITT Guidance document, any of its associated documents and/or any other information issued to them during the procurement process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £920,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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 contract shall include options to facilitate the delivery of innovative and/or transformative services connected to the subject-matter of the 'core' services to be delivered.
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
Lot No
2
two.2.2) Additional CPV code(s)
- 45316210 - Installation of traffic monitoring equipment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Surrey County Council (“the Council”) is seeking to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:
Lot 1 - A25 Shere Road, Albury
Lot 2 - B2032 Dorking Road, Tadworth
Lot 3 - 374 Brooklands Road, Weybridge
Lot 4 - 382 Old Woking Road, West Byfleet
Lot 5 - 23 Horley Road, South Earlswood
Lot 6 - A281 Horsham Road, Bramley
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually using the documents required for submission as detailed in Table 5 of this document.
Safety cameras have been successful in reducing road casualties through deterring speeding and red light jumping. Analysis of speed and collision data has indicated that the installation of safety camera systems in these locations would be an appropriate method of improving road safety for these stretches of road.
The project will include the installation of digital average speed or spot speed camera technology that has been type approved by the Home Office. Equipment must be connected safely to existing power networks and be able to communicate remotely with the Surrey Police back-office processing system via 3G / 4G. The scope of this procurement exercise is for the supply and installation of the camera systems. The cameras will be serviced and calibrated as part of “pay as you go” contracts that falls outside of this procurement exercise.
Surrey County Council Road Safety & Active Travel Team and Surrey Police (“Drive Smart Partnership”) are looking for the most effective speed enforcement systems, employing the most appropriate technology that also demonstrates value for money. The evaluation panel will be assessing each solution put forward on its adherence to the specification, the level of enforcement achieved and the value of the proposal and will be awarding contract(s) to the most economically advantageous bidder(s).
Surrey County Council (‘The Council’) has made every effort to ensure the completeness and accuracy of information provided to Bidders but does not warrant any such information. Bidders should notify the Council without delay regarding any perceived ambiguity, inconsistency, or omission in relation to the information in this ITT Guidance document, any of its associated documents and/or any other information issued to them during the procurement process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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 contract shall include options to facilitate the delivery of innovative and/or transformative services connected to the subject-matter of the 'core' services to be delivered.
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
Lot No
3
two.2.2) Additional CPV code(s)
- 45316210 - Installation of traffic monitoring equipment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Surrey County Council (“the Council”) is seeking to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:
Lot 1 - A25 Shere Road, Albury
Lot 2 - B2032 Dorking Road, Tadworth
Lot 3 - 374 Brooklands Road, Weybridge
Lot 4 - 382 Old Woking Road, West Byfleet
Lot 5 - 23 Horley Road, South Earlswood
Lot 6 - A281 Horsham Road, Bramley
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually using the documents required for submission as detailed in Table 5 of this document.
Safety cameras have been successful in reducing road casualties through deterring speeding and red light jumping. Analysis of speed and collision data has indicated that the installation of safety camera systems in these locations would be an appropriate method of improving road safety for these stretches of road.
The project will include the installation of digital average speed or spot speed camera technology that has been type approved by the Home Office. Equipment must be connected safely to existing power networks and be able to communicate remotely with the Surrey Police back-office processing system via 3G / 4G. The scope of this procurement exercise is for the supply and installation of the camera systems. The cameras will be serviced and calibrated as part of “pay as you go” contracts that falls outside of this procurement exercise.
Surrey County Council Road Safety & Active Travel Team and Surrey Police (“Drive Smart Partnership”) are looking for the most effective speed enforcement systems, employing the most appropriate technology that also demonstrates value for money. The evaluation panel will be assessing each solution put forward on its adherence to the specification, the level of enforcement achieved and the value of the proposal and will be awarding contract(s) to the most economically advantageous bidder(s).
Surrey County Council (‘The Council’) has made every effort to ensure the completeness and accuracy of information provided to Bidders but does not warrant any such information. Bidders should notify the Council without delay regarding any perceived ambiguity, inconsistency, or omission in relation to the information in this ITT Guidance document, any of its associated documents and/or any other information issued to them during the procurement process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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 contract shall include options to facilitate the delivery of innovative and/or transformative services connected to the subject-matter of the 'core' services to be delivered.
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
Lot No
4
two.2.2) Additional CPV code(s)
- 45316210 - Installation of traffic monitoring equipment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Surrey County Council (“the Council”) is seeking to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:
Lot 1 - A25 Shere Road, Albury
Lot 2 - B2032 Dorking Road, Tadworth
Lot 3 - 374 Brooklands Road, Weybridge
Lot 4 - 382 Old Woking Road, West Byfleet
Lot 5 - 23 Horley Road, South Earlswood
Lot 6 - A281 Horsham Road, Bramley
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually using the documents required for submission as detailed in Table 5 of this document.
Safety cameras have been successful in reducing road casualties through deterring speeding and red light jumping. Analysis of speed and collision data has indicated that the installation of safety camera systems in these locations would be an appropriate method of improving road safety for these stretches of road.
The project will include the installation of digital average speed or spot speed camera technology that has been type approved by the Home Office. Equipment must be connected safely to existing power networks and be able to communicate remotely with the Surrey Police back-office processing system via 3G / 4G. The scope of this procurement exercise is for the supply and installation of the camera systems. The cameras will be serviced and calibrated as part of “pay as you go” contracts that falls outside of this procurement exercise.
Surrey County Council Road Safety & Active Travel Team and Surrey Police (“Drive Smart Partnership”) are looking for the most effective speed enforcement systems, employing the most appropriate technology that also demonstrates value for money. The evaluation panel will be assessing each solution put forward on its adherence to the specification, the level of enforcement achieved and the value of the proposal and will be awarding contract(s) to the most economically advantageous bidder(s).
Surrey County Council (‘The Council’) has made every effort to ensure the completeness and accuracy of information provided to Bidders but does not warrant any such information. Bidders should notify the Council without delay regarding any perceived ambiguity, inconsistency, or omission in relation to the information in this ITT Guidance document, any of its associated documents and/or any other information issued to them during the procurement process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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 contract shall include options to facilitate the delivery of innovative and/or transformative services connected to the subject-matter of the 'core' services to be delivered.
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
Lot No
5
two.2.2) Additional CPV code(s)
- 45316210 - Installation of traffic monitoring equipment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Surrey County Council (“the Council”) is seeking to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:
Lot 1 - A25 Shere Road, Albury
Lot 2 - B2032 Dorking Road, Tadworth
Lot 3 - 374 Brooklands Road, Weybridge
Lot 4 - 382 Old Woking Road, West Byfleet
Lot 5 - 23 Horley Road, South Earlswood
Lot 6 - A281 Horsham Road, Bramley
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually using the documents required for submission as detailed in Table 5 of this document.
Safety cameras have been successful in reducing road casualties through deterring speeding and red light jumping. Analysis of speed and collision data has indicated that the installation of safety camera systems in these locations would be an appropriate method of improving road safety for these stretches of road.
The project will include the installation of digital average speed or spot speed camera technology that has been type approved by the Home Office. Equipment must be connected safely to existing power networks and be able to communicate remotely with the Surrey Police back-office processing system via 3G / 4G. The scope of this procurement exercise is for the supply and installation of the camera systems. The cameras will be serviced and calibrated as part of “pay as you go” contracts that falls outside of this procurement exercise.
Surrey County Council Road Safety & Active Travel Team and Surrey Police (“Drive Smart Partnership”) are looking for the most effective speed enforcement systems, employing the most appropriate technology that also demonstrates value for money. The evaluation panel will be assessing each solution put forward on its adherence to the specification, the level of enforcement achieved and the value of the proposal and will be awarding contract(s) to the most economically advantageous bidder(s).
Surrey County Council (‘The Council’) has made every effort to ensure the completeness and accuracy of information provided to Bidders but does not warrant any such information. Bidders should notify the Council without delay regarding any perceived ambiguity, inconsistency, or omission in relation to the information in this ITT Guidance document, any of its associated documents and/or any other information issued to them during the procurement process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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 contract shall include options to facilitate the delivery of innovative and/or transformative services connected to the subject-matter of the 'core' services to be delivered.
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
Lot No
6
two.2.2) Additional CPV code(s)
- 45316210 - Installation of traffic monitoring equipment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Surrey County Council (“the Council”) is seeking to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:
Lot 1 - A25 Shere Road, Albury
Lot 2 - B2032 Dorking Road, Tadworth
Lot 3 - 374 Brooklands Road, Weybridge
Lot 4 - 382 Old Woking Road, West Byfleet
Lot 5 - 23 Horley Road, South Earlswood
Lot 6 - A281 Horsham Road, Bramley
Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually using the documents required for submission as detailed in Table 5 of this document.
Safety cameras have been successful in reducing road casualties through deterring speeding and red light jumping. Analysis of speed and collision data has indicated that the installation of safety camera systems in these locations would be an appropriate method of improving road safety for these stretches of road.
The project will include the installation of digital average speed or spot speed camera technology that has been type approved by the Home Office. Equipment must be connected safely to existing power networks and be able to communicate remotely with the Surrey Police back-office processing system via 3G / 4G. The scope of this procurement exercise is for the supply and installation of the camera systems. The cameras will be serviced and calibrated as part of “pay as you go” contracts that falls outside of this procurement exercise.
Surrey County Council Road Safety & Active Travel Team and Surrey Police (“Drive Smart Partnership”) are looking for the most effective speed enforcement systems, employing the most appropriate technology that also demonstrates value for money. The evaluation panel will be assessing each solution put forward on its adherence to the specification, the level of enforcement achieved and the value of the proposal and will be awarding contract(s) to the most economically advantageous bidder(s).
Surrey County Council (‘The Council’) has made every effort to ensure the completeness and accuracy of information provided to Bidders but does not warrant any such information. Bidders should notify the Council without delay regarding any perceived ambiguity, inconsistency, or omission in relation to the information in this ITT Guidance document, any of its associated documents and/or any other information issued to them during the procurement process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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 contract shall include options to facilitate the delivery of innovative and/or transformative services connected to the subject-matter of the 'core' services to be delivered.
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.2.2) Contract performance conditions
The appointed supplier will be required to actively participate in the achievement of social and/or environmental objectives. Accordingly, contract performance conditions will relate in particular to social, environmental or other corporate social responsibility considerations. Further details can be found in the procurement documents and 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
Date
9 November 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 November 2022
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Selection Questionnaire responses and tenders are to be completed electronically using the Proactis Supplier Network (the Portal) https://supplierlive.proactisp2p.com/. The Potal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The Portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates should register their organisation on the Portal. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. The Council reserves the right at any time to:
(i) reject any or all responses and to cancel or withdraw this procurement at any stage;
(ii) award a contract without prior notice;
(iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents;
(iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification);
(v) terminate the procurement process; and
(vi) amend the terms and conditions of the selection and evaluation process.
All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
Telephone
+44 2079477882
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Any appeals should be promptly brought to the attention of the Head of Procurement of the Council at the address specified in Section I) above and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015. In accordance with such Regulations, the Council will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.