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

Intelligent Transport System

  • First published: 21 December 2023
  • Last modified: 21 December 2023

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-h6vhtk-03f7e9
Published by:
Suffolk County Council
Authority ID:
AA20109
Publication date:
21 December 2023
Deadline date:
22 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
50232000 Maintenance services of public-lighting installations and traffic lights Repair, maintenance and associated services related to roads and other equipment

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:
gillian.glanville@suffolk.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.