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.

Contract Notice

Urban Traffic Control Ducting and Minor Highway Works Framework.

  • First published: 19 August 2017
  • Last modified: 19 August 2017

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:
Published by:
Transport for Greater Manchester
Authority ID:
AA23003
Publication date:
19 August 2017
Deadline date:
22 September 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

— 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.

Full notice text

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
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Urban Traffic Control Ducting and Minor Highway Works Framework.

II.1.2(a))

Type of works contract

Checked box Unchecked box
Unchecked box

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

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

2

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

2 000 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
45233130
45233140
45233142
45233200
45233210
45233220
45233221
45233222
45233223
45233228
45233252
45233253

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

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

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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

Unchecked box

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

Unchecked box
Unchecked box


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

Checked box    

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

Coding

Commodity categories

ID Title Parent category
45233223 Carriageway resurfacing works Construction, foundation and surface works for highways, roads
45233130 Construction work for highways Construction, foundation and surface works for highways, roads
45233222 Paving and asphalting works Construction, foundation and surface works for highways, roads
45233125 Road junction construction work Construction, foundation and surface works for highways, roads
45233142 Road-repair works Construction, foundation and surface works for highways, roads
45233221 Road-surface painting work Construction, foundation and surface works for highways, roads
45233140 Roadworks Construction, foundation and surface works for highways, roads
45233228 Surface coating construction work Construction, foundation and surface works for highways, roads
45233253 Surface work for footpaths Construction, foundation and surface works for highways, roads
45233210 Surface work for highways Construction, foundation and surface works for highways, roads
45233220 Surface work for roads Construction, foundation and surface works for highways, roads
45233252 Surface work for streets Construction, foundation and surface works for highways, roads
45233200 Various surface works Construction, foundation and surface works for highways, roads

Delivery locations

ID Description
100 UK - All

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:
N/a
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.