Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR1 0LD
UK
Contact person: CAS Procurement Team
Telephone: +44 1772534966
E-mail: casprocurement@lancashire.gov.uk
NUTS: UKD4
Internet address(es)
Main address: https://www.lancashire.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.lancashire.gov.uk/isupplier/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.lancashire.gov.uk/isupplier/
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
The Provision of Traffic Management Services
Reference number: LW/CAS/LCC/23/1648
II.1.2) Main CPV code
63712700
II.1.3) Type of contract
Services
II.1.4) Short description
Lancashire County Council is looking to appoint companies registered with National Highway Sector Schemes 12A/B, 12D (and 12C optional) for the provision of traffic management services. The service required includes (but is not limited to) implementing, installing and maintaining traffic management control systems such as traffic lights, lane closures, road closures, diversions and 'stop & go' boards.
The Service Providers shall be required to work with the Councils Highways Operatives to plan traffic management requirements and shall be required to work in all districts of Lancashire. A maximum of up to 8 service providers will be appointed to the framework.
II.1.5) Estimated total value
Value excluding VAT:
12 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Service Providers appointed to Lot 1, will automatically be appointed to Lot 2.
II.2) Description
Lot No: 1
II.2.1) Title
Traffic Management for individual services under £7500
II.2.2) Additional CPV code(s)
63712700
II.2.3) Place of performance
NUTS code:
UKD4
II.2.4) Description of the procurement
A maximum of up to 8 service providers will be appointed to Lot 1 as a ranked Lot based on the most competitive tender returns.
Individual traffic management requirements of a value of less than £7500 will be offered to the first ranked service provider by Highways Managers in each district. If the first ranked service provider is unable to accept the work, the second ranked service provider will be offered the work, and so on until the work is appointed. (The service provider must hold the relevant NHSS certification.)
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: 48
This contract is subject to renewal: No
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
Lot No: 2
II.2.1) Title
Traffic management for individual services/projects with an estimated value of over £7500 and/or Category NHSS 12C Services.
II.2.2) Additional CPV code(s)
63712700
II.2.3) Place of performance
NUTS code:
UKD4
II.2.4) Description of the procurement
Service Providers appointed to Lot 1 will be automatically appointed to Lot 2 and will be eligible to tender for mini competitions. The Authority will issue a mini competition for services for planned traffic management with an estimated value over £7500 and/or for Category NHSS 12C Services, to all service providers when a requirement is identified for this service. Service providers must hold NHSS 12C qualifications in order to bid for any mini competitions which require this level of service.
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: 48
This contract is subject to renewal: No
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.1.2) 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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 8
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:
11/03/2024
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
11/03/2024
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Lancashire County Council
Preston
PR1 0LD
UK
VI.5) Date of dispatch of this notice
09/02/2024