Section one: Contracting authority
one.1) Name and addresses
Suffolk County Council
Endeavour House, Russell Road
IPSWICH
IP1 2BX
Contact
Gillian Glanville
gillian.glanville@suffolk.gov.uk
Telephone
+44 1473264478
Country
United Kingdom
NUTS code
UKH14 - Suffolk
Internet address(es)
Main address
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
Intelligent Transport System
Reference number
CD1383-2
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
Suffolk County Council are currently out to tender for the provision of Intelligent Transport System.This opportunity is available in the `Current Tenders` area of portal. Interested parties are invited to express their interest to gain full access to the tender documentation.Procurement Policy Note 09/21 requires us to calculate the value of contracts inclusive of VAT, however we can advertise them exclusive of VAT. The advertised value here is £5-20m exclusive of VAT.The deadline date for submissions of the Selection Questionnaire is noon 22nd January 2024. Please note late returns will NOT be permittedThe deadline for clarification questions is 5pm 9th January 2024 which must be generated via the correspondence option on the website
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £5,000,000 / Highest offer: £20,000,000 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 50232000 - Maintenance services of public-lighting installations and traffic lights
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
The activity will mainly take place in Suffolk but could also occur within the East of England region.
two.2.4) Description of the procurement
The maintenance and upkeep of the existing ITS system in Suffolk including but not limited to the following. Fault Management and Maintenance, Asset Management, Provision of compatible materials, equipment and Parts, Emergency and Fault Service, Periodic Inspection and testing, Optical Maintenance, Fault Reporting by the Public, General Maintenance, Provision of a UTMC programme, New and Replacement Installations.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 45%
Price - Weighting: 55%
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
Competitive procedure with negotiation
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-037369
Section five. Award of contract
Contract No
CD1383-2
Title
Intelligent Transport System
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 October 2024
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Swarco UK & Ireland Ltd
Hazelwood House, Lime Tree Way, Chineham Business Park, Basingstoke
Hampshire
RG24 8WZ
Country
United Kingdom
NUTS code
- UKJ - South East (England)
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £20,000,000
Lowest offer: £5,000,000 / Highest offer: £20,000,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
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 Legal for the Council at the address specified in Section I) above, and will be dealt with in accordance withthe 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 Bidders.