Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Suffolk County Council
Endeavour House, Russell Road
IPSWICH
IP1 2BX
UK
Telephone: +44 1473260232
E-mail: gillian.glanville@suffolk.gov.uk
NUTS: UKH14
Internet address(es)
Main address: www.suffolksourcing.uk
I.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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
Intelligent Transport System
Reference number: CD1383-2
II.1.2) Main CPV code
50232000
II.1.3) Type of contract
Services
II.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
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50232000
II.2.3) Place of performance
NUTS code:
UKH
Main site or place of performance:
The activity will mainly take place in Suffolk but could also occur within the East of England region.
II.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.
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
Start:
01/10/2024
End:
30/09/2034
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.
II.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
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
II.2.14) Additional information
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:
Selection criteria as stated in the procurement 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
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.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
IV.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
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:
2023/S 000-025421
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/01/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
30/09/2024
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand
London
UK
VI.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.
VI.5) Date of dispatch of this notice
19/12/2023