Term Maintenance and Installation Contract for Traffic Control and Information Systems

  • Bournemouth Christchurch and Poole Council

F14: Notice for changes or additional information

Notice identifier: 2022/S 000-033112

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

Published 22 November 2022, 3:48pm



Section one: Contracting authority/entity

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/


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 nonroutine 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 nonroutine 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.


Section six. Complementary information

six.6) Original notice reference

Notice number: 2022/S 000-027065


Section seven. Changes

seven.1.2) Text to be corrected in the original notice

Section number

IV.2.2

Place of text to be modified

Time limit for receipt of tenders or requests to participate

Instead of
Date

25 November 2022

Local time

2:00pm

Read
Date

2 December 2022

Local time

2:00pm

Section number

IV.2.7

Place of text to be modified

Conditions for opening of tenders

Instead of
Date

25 November 2022

Local time

2:00pm

Read
Date

2 December 2022

Local time

2:00pm