Section one: Contracting authority
one.1) Name and addresses
Reading Borough Council
RG1 2LU
Reading
RG1 2LU
Contact
David Mellor
Country
United Kingdom
Region code
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com/
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://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 - DM- Provision of Berkshire Intelligent Transport Systems (ITS)
Reference number
DN2571
two.1.2) Main CPV code
- 34923000 - Road traffic-control equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Reading Borough Council (“the Council”) on behalf of Berkshire Local Authorities is seeking to procure the contract for Supply, Installation, Commissioning, Inspection, and Maintenance of Intelligent Traffic Systems on behalf of Berkshire Local Authorities Reading Borough Council, West Berkshire District Council, Bracknell Forest Borough Council, Wokingham Borough Council & Slough Borough Council).
two.1.5) Estimated total value
Value excluding VAT: £25,000,000
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
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
two.2.4) Description of the procurement
Surrey County Council on behalf of Reading Borough Council and Berkshire Local Authorities are looking to contract for a provider for their Intelligent Transport Systems (ITS).
The purpose of the Intelligent Transport Systems (ITS) term contract is to provide an effective use of resources in the delivery of high quality, best value public service.
The Local Transport Plan outlines vehicle infrastructure that will make it easier for residents to make healthy choices, and feel the benefits of clean, green neighbourhoods.
To make travel more secure, safe and comfortable for all users of the public highway network and to provide conditions that are as safe as reasonably practical having regards to financial constraints and our statutory duties.
Full details are available on the ITT Guidance & Information document within the document section.
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: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the contract term will be a maximum of 10 years (i.e. 5 year initial term plus options to extend for two 2-year & 2 Years and then 1 year thereafter).
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.2.14) Additional information
Orbis procurement partnership will be running an open tender, on behalf of the Berkshire Local Authorities.
The Contracting authority will be Reading Borough Council.
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
5 February 2024
Local time
2:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 February 2024
Local time
2:00pm
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 portal 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
Precise information on deadline(s) for review procedures:
Any appeals should be promptly brought to the attention 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 time-scales 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.