Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
E-mail: Catherine.Griffin2@cardiff.gov.uk
NUTS: UKL22
Internet address(es)
Main address: www.cardiff.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply, Installation, and Maintenance of Traffic Signals and ITS Equipment
Reference number: ERFX1007546
II.1.2) Main CPV code
50232200
II.1.3) Type of contract
Services
II.1.4) Short description
Tender for the Design, Supply, Installation and Maintenance of equipment and infrastructure for the Control and Management of traffic and related services within the boundaries of Cardiff Council.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
4 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
34923000
34970000
34972000
50232200
63712700
71322500
32441300
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Tender for the Design, Supply, Installation and Maintenance of equipment and infrastructure for the Control and Management of traffic and related services:
- Fault attendance and maintenance at all Traffic
Signals Installations, Flow sites and associated
cabling, interconnections and network communications
- Automatic Rising Bollards and all associated cabling,
interconnections & network communications
- Variable Message and Driver Information Signs and all
associated cabling, interconnections & network
communications
- Periodic inspections.
- Electrical Testing to BS7671.
- Fault Management and Asset Management.
- Supply / Installation of Equipment (if required).
- Design/Modelling Services (if required).
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 25
Quality criterion: Social Value
/ Weighting: 5
Price
/ Weighting:
70
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-022515
Section V: Award of contract
Contract No: ERFX1007546
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
17/12/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
CENTREGREAT LTD
CENTREGREAT LTD, Parcau Isaf Farm Brackla Industrial Estate
BRIDGEND
CF320NB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 4 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at
https://www.sell2wales.gov.wales
Please also register on Proactis using below link: https://supplierlive.proactisp2p.com/account/login
(WA Ref:118432)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
08/02/2022