CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Transport for Greater Manchester |
2 Piccadilly Place |
Manchester |
M1 3BG |
UK |
Matt Robinson |
|
|
|
http://www.tfgm.com
http://procontract.due-north.com/register
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityUrban Traffic Control Ducting and Minor Highway Works Framework. |
II.1.2(a))
|
Type of works contract
|
|
|
|
|
|
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
Greater Manchester.
UK |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged2 |
|
Duration of the framework agreement4 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement2 000 00010 000 000GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
— In order to improve the performance of traffic signals, TfGM is to implement adaptive traffic signal control (SCOOT/ MOVA) at various locations throughout the Greater Manchester conurbation. SCOOT is Split Cycle Offset Optimisation Technique. MOVA is Microprocessor Optimised Vehicle Actuation. To ensure implementation of adaptive traffic signal control (SCOOT/ MOVA).
— To support this TfGM require 2 suitably experienced contractors to undertake associated civils enabling works on a call-off basis, in terms of ducting and other associated minor highways works.
— The SCOOT/MOVA technology itself will then be installed via a separate Traffic Signal Maintenance contract already in place.
— Following the award of Growth Deal 3 funding it is estimated that this level of funding will enable approximately 60nr junctions to be improved with site works to commence at the start of 2018 and last until the start of 2020.
— Other additional funding may also be obtained during the term of the Framework that results in a requirement to undertake further works associated with traffic signal junction improvements, these may also be delivered via the framework.
— The contractual arrangement is also intended to be made available for use by other authorities who may require works to be delivered via the framework subject to availability of funding. These include the 10 members of the Association of Greater Manchester Authorities.
— There is no guarantee given relating to the value of works to be instructed via this framework agreement.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45233125 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope— The duration of the framework will not exceed 4 years.
— The lower end of the range specified is the estimated minimum value of estimated works to be instructed by TfGM from Growth Deal 3 funding relating to the ducting and other minor highways works requirement. The delivery is envisaged to be by 2020 to reflect availability and deliverability of funding
— The upper end of the range beyond the 2 000 000 GBP anticipated from Growth Deal 3 funding reflects potential funding that may be obtained for similar provision during the term of the framework, however there is no further detail on other available funding beyond that identified for Growth Deal 3.
— The value of each scheme developed and instructed will vary.
— There is no guarantee given relating to the works or type of works to be instructed via the framework agreement. |
|
2 000 00010 000 000 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
TfGM's particular requirements will be set out in the Invitation To Tender (ITT) documentation and may include, amongst other things, performance bond(s) and/or parent company guarantee's and/or other forms of security.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
All tenders must be prepared in UK Pounds Sterling, and all payments will be made in the same. All as detailed in Invitation To Tender (ITT) and associated documentation.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
Joint and Several.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
All as detailed in Invitation To Tender (ITT) and associated documentation.
|
III.2.2)
|
Economic and financial capacity
All as detailed in Invitation To Tender (ITT) and associated documentation.
|
III.2.3)
|
Technical capacity
All as detailed in Invitation To Tender (ITT) and associated documentation.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
170601
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 22-09-2017
12:00
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 22-09-2017
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
Full tender documentation is available at https://procontract.due-north.com/register. Transport for Greater Manchester (TfGM) reserves the right to disqualify tenders that are submitted by any other means.
The Framework will be available for all organisations affiliated with TfGM including Transport for North, Rail North, Greater Manchester Combined Authority, Association of Greater Manchester Authorities members (https://www.agma.gov.uk/), Passenger Transport Executive Group, PTEG members (http://www.pteg.net/) and Cheshire West and Chester Council (http://www.cheshirewestandchester.gov.uk/). Currently, Transport for North is not a contracting authority and therefore, Transport for Greater Manchester will be procuring services on behalf of Transport for North until it becomes a formal body at which point Transport for North will be able to use this framework in its own name.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 17-08-2017 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Transport for Greater Manchester |
2 Piccadilly Place |
Manchester |
M1 3BG |
UK |
|
|
|
|
http://procontract.due-north.com/register |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Transport for Greater Manchester |
2 Piccadilly Place |
Manchester |
M1 3BG |
UK |
|
|
|
|
http://procontract.due-north.com/register |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Transport for Greater Manchester |
2 Piccadilly Place |
Manchester |
M1 3BG |
UK |
|
|
|
|
http://procontract.due-north.com/register |
|