Tender

Intelligent Transport System

  • Suffolk County Council

F02: Contract notice

Notice identifier: 2023/S 000-037369

Procurement identifier (OCID): ocds-h6vhtk-03f7e9

Published 19 December 2023, 6:43pm



Section one: Contracting authority

one.1) Name and addresses

Suffolk County Council

Endeavour House, Russell Road

IPSWICH

IP1 2BX

Email

gillian.glanville@suffolk.gov.uk

Telephone

+44 1473260232

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Internet address(es)

Main address

www.suffolksourcing.uk

one.3) Communication

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

www.suffolksourcing.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned 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.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

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 October 2024

End date

30 September 2034

This contract is subject to renewal

Yes

Description of renewals

The contract terms will be up to a maximum of 10 years comprised of an initial period of 5 years with the option to extend for up to a further 5 years.Any future renewals will be advertised once the scope and requirement are known.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

Please refer to the Selection Questionnaire

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents

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, environmental and/or health & safety objectives. Accordingly certain award criteria and certain contract performance conditions will relate in particular to social, environmental, health & safety and/or other corporate social responsibility considerations. Further detailscan be found in the procurement documents and the Contract.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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 000-025421

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 January 2024

Local time

12:00pm

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

Tender must be valid until: 30 September 2024


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

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.