Tender

PLACE145 - Supply of Traffic Management

  • Derbyshire County Council

F02: Contract notice

Notice identifier: 2022/S 000-034312

Procurement identifier (OCID): ocds-h6vhtk-038a91

Published 5 December 2022, 10:59am



The closing date and time has been changed to:

20 January 2023, 9:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Derbyshire County Council

Chatsworth Hall

Matlock

DE4 3FW

Contact

Miss Sarah Kendrick

Email

sarah.kendrick@derbyshire.gov.uk

Telephone

+44 1629536242

Country

United Kingdom

Region code

UKF1 - Derbyshire and Nottinghamshire

Internet address(es)

Main address

http://www.derbyshire.gov.uk/

Buyer's address

http://www.derbyshire.gov.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=ade885e2-8974-ed11-811c-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=ade885e2-8974-ed11-811c-005056b64545

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

PLACE145 - Supply of Traffic Management

Reference number

DN646223

two.1.2) Main CPV code

  • 50230000 - Repair, maintenance and associated services related to roads and other equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is seeking to appoint a single Contractor to a framework agreement for the provision of Traffic Management systems to the Derbyshire region. Derbyshire covers a large area and borders onto Nottinghamshire, South Yorkshire, West Yorkshire, Staffordshire, Cheshire, and Greater Manchester. The Council will act as the Main Contractor for all duties performed under this arrangement.

two.1.5) Estimated total value

Value excluding VAT: £2,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34923000 - Road traffic-control equipment
  • 34992000 - Signs and illuminated signs
  • 34996100 - Traffic lights

two.2.3) Place of performance

NUTS codes
  • UKF1 - Derbyshire and Nottinghamshire

two.2.4) Description of the procurement

The Council is seeking to appoint a single Contractor to a framework agreement for the provision of Traffic Management systems to the Derbyshire region. Derbyshire covers a large area and borders onto Nottinghamshire, South Yorkshire, West Yorkshire, Staffordshire, Cheshire, and Greater Manchester. The Council will act as the Main Contractor for all duties performed under this arrangement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £2,400,000

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

Start date

1 April 2023

End date

31 March 2025

This contract is subject to renewal

Yes

Description of renewals

The framework will be for an initial period of 2 years with an option to extend for up to 2

further periods of one year each subject to a performance review at the end of years 2 and 3

as detailed in the specification.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per Tender Documentation

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

6 January 2023

Local time

11:00am

Changed to:

Date

20 January 2023

Local time

9:00am

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

6 January 2023

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Derbyshire County Council

Matlock

DE4 3AG

Email

Sarah.Kendrick@derbyshire.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar days (or 15 if non-electronic or fax

methods used) standstill period at the point information on the award of the contract is

communicated to the relevant economic operators. Debriefing by the Council shall be in

accordance with the Public Contracts Regulation 2015 (as amended) 5 / 5 (the

Regulations). Such information should be requested from the addressee in Section 1.1). If an

appeal regarding the award of the contract has not been successfully resolved the

Regulations provide for the aggrieved parties who are of the opinion that they have been

harmed or are at risk of harm by a breach of the Regulations, to take action in the High Court

(England, Wales and Northern Ireland). Any such action must be brought as soon as

possible.