Section one: Contracting authority
one.1) Name and addresses
Luton Council
Town Hall, George Street
Luton
LU1 2BQ
Contact
Mrs Caroline Sturman
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Cambridgeshire County Council
Huntingdon
Richard.Ling@cambridgeshire.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.cambridgeshire.gov.uk
one.1) Name and addresses
Peterborough City Council
Peterborough
Amy.Pickstone@peterborough.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.peterborough.gov.uk
one.1) Name and addresses
Bedford Borough Council
Bedford
Andrew.Prigmore@bedford.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Central Bedfordshire Council
Shefford
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.centralbedfordshire.gov.uk
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://procontract.due-north.com
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
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
AT1220 Intelligent Transport Systems for Traffic Signals Maintenance (Supply, Install & Maintain)
Reference number
DN682207
two.1.2) Main CPV code
- 50232200 - Traffic-signal maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement is a collaboration between the five Consortium members with Luton Borough Council acting as the lead Authority. The service is to be delivered initially across five geographic areas, being five separate authorities, each under a separate Call Off Contract. The five local authorities currently are;
Bedford Borough Council (BBC)
Cambridgeshire County Council (CCC)
Central Bedfordshire Council (CBC)
Luton Borough Council (LBC)
Peterborough City Council (PCC)
The contract is for the supply, installation and maintenance of Traffic Signals and
Other Intelligent Transport Systems; except the installation of those supplied and installed through
third party projects such as for new developments, which will require maintenance when added to
the asset data. The Local Authority reserves the right to purchase equipment from a third party
that can only be supplied by that third party in instances where the equipment must be compatible
with the Local Authority’s existing asset. This equipment will then be free issued to the Contractor
for installation. For example, the supply of LED optics that are compatible with the Local
Authority’s existing asset and can only be supplied by one supplier.
There may be a requirement for optional professional services in relation to traffic signal and intelligent transport systems such as signal design, design checks, factory acceptance testing, site acceptance testing and timing validation e.g. MOVA/SCOOT etc. This work is not guaranteed and there is no exclusivity within the contract.
It is essential that the traffic signal asset be maintained to reduce the likelihood of failure and that any faults are rectified within the times specified.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This procurement is a collaboration between the five Consortium members with Luton Borough Council acting as the lead Authority. The service is to be delivered initially across five geographic areas, being five separate authorities, each under a separate Call Off Contract. The five local authorities currently are;
Bedford Borough Council (BBC)
Cambridgeshire County Council (CCC)
Central Bedfordshire Council (CBC)
Luton Borough Council (LBC)
Peterborough City Council (PCC)
The contract is for the supply, installation and maintenance of Traffic Signals and
Other Intelligent Transport Systems; except the installation of those supplied and installed through
third party projects such as for new developments, which will require maintenance when added to
the asset data. The Local Authority reserves the right to purchase equipment from a third party
that can only be supplied by that third party in instances where the equipment must be compatible
with the Local Authority’s existing asset. This equipment will then be free issued to the Contractor
for installation. For example, the supply of LED optics that are compatible with the Local
Authority’s existing asset and can only be supplied by one supplier.
There may be a requirement for optional professional services in relation to traffic signal and intelligent transport systems such as signal design, design checks, factory acceptance testing, site acceptance testing and timing validation e.g. MOVA/SCOOT etc. This work is not guaranteed and there is no exclusivity within the contract.
It is essential that the traffic signal asset be maintained to reduce the likelihood of failure and that any faults are rectified within the times specified.
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
96
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: 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 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
Originally published as:
Date
25 January 2024
Local time
12:00pm
Changed to:
Date
16 February 2024
Local time
12:00pm
See the change notice.
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 January 2024
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
HIGH COURT OF JUSTICE
LONDON
Country
United Kingdom