Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Provision of Temporary Traffic Management

  • First published: 26 May 2022
  • Last modified: 26 May 2022
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.
Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-121686
Published by:
Wrexham County Borough Council
Authority ID:
AA0264
Publication date:
26 May 2022
Deadline date:
29 June 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Wrexham County Borough Council (‘the council’) invites tenders in relation to Provision of Traffic Management. CPV: 63712700, 34923000, 34970000, 34996100, 31518000, 34996000, 50232200.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Wrexham County Borough Council

Commissioning Procurement and Contract Management Unit, Lampbit Street

Wrexham

LL11 1AR

UK

Telephone: +44 1978292798

E-mail: procurement@wrexham.gov.uk

NUTS: UKL23

Internet address(es)

Main address: http://www.wrexham.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://etenderwales.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://etenderwales.bravosolution.co.uk


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

Provision of Temporary Traffic Management

Reference number: Proc-21-103

II.1.2) Main CPV code

63712700

 

II.1.3) Type of contract

Services

II.1.4) Short description

Wrexham County Borough Council (‘the council’) invites tenders in relation to Provision of Traffic Management.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

34923000

34970000

34996100

31518000

34996000

50232200

II.2.3) Place of performance

NUTS code:

UKL23

II.2.4) Description of the procurement

Traffic management services on the County Borough network to facilitate highway maintenance operations and attendance at out of hour’s emergency incidents.

The contractor will provide suitable resources to provide 24-hour cover, 7 days per week with a reaction time of no later than 1 hour to attend to emergency situations.

The contractor may also be required to provide TSCO and/or site supervisory duties on behalf of the council as part of the council’s partner authority status with the North and Mid Wales Trunk Road Agency (NMWTRA), who are responsible for the planned, routine and reactive maintenance of 58km of principal highway network comprising the A483 (50km) and A5 (8km). As principal contractor the Council organise, manage and supervise works operations on the trunk road network as requested by NMWTRA. The majority of these works are undertaken overnight.

II.2.5) Award criteria

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

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

option to extend for a further two (2) periods of twelve (12) month period.

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

II.2.10) Information about variants

Variants will be accepted: No

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

List and brief description of conditions:

As detailed in the tender documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

as detailed in the tender documents

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

Date: 29/06/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.7) Conditions for opening of tenders

Date: 29/06/2022

Local time: 12:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Suppliers Instructions How to Express Interest in this Tender.

1. Register your company on the eTenderwales portal (this is only required once).

Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk

Click the “Click here to register” link.

Accept the terms and conditions and click “continue”.

Enter your correct business and user details.

Note the username you chose and click “Save” when complete.

You will shortly receive an email with your unique password (please keep this secure).

2. Express an Interest in the tender.

Login to the portal with the username/password.

Click the “Open Access PQQs/ITTs” link (These are Invitations to Tender open to any registered supplier).

Click on the relevant PQQ/ITT to access the content.

Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

This will move the PQQ/ITT into your “My PQQ/ITTs” page. (This is a secure area reserved for your projects only).

Click on the PQQ/ITT code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box.

3. Responding to the tender.

You can now choose to “Reply” or “Reject” (please give a reason if rejecting);

You can now use the ‘Messages' function to communicate with the buyer and seek any clarification;

Note the deadline for completion, then follow the onscreen instructions to complete the ITT;

There may be a mixture of online and offline actions for you to perform (there is detailed online help available).

If you require any further assistance use the online help, or the BravoSolution help desk is available Mon – Fri (8:00 – 18:00) on:

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=121686

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

In line with its vision, values and corporate objectives Local Authorities aim to contribute to the development of the local economy and maximize community regeneration through its procurement activity

(WA Ref:121686)

The buyer considers that this contract is suitable for consortia.

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.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority will incorporate a minimum of 10 calendar day standstill period at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the contract, the reasons for the decision, including when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 6 months (and 30 days in certain circumstances).

VI.5) Date of dispatch of this notice

26/05/2022

Coding

Commodity categories

ID Title Parent category
34996000 Control, safety or signalling equipment for roads Control, safety, signalling and light equipment
34923000 Road traffic-control equipment Road equipment
31518000 Signalling lights Electric filament lamps
63712700 Traffic control services Support services for road transport
34996100 Traffic lights Control, safety or signalling equipment for roads
34970000 Traffic-monitoring equipment Miscellaneous transport equipment and spare parts
50232200 Traffic-signal maintenance services Maintenance services of public-lighting installations and traffic lights

Delivery locations

ID Description
1023 Flintshire and Wrexham

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@wrexham.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.