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

SCC - MS - Supply and Installation of Surrey Safety Camera Schemes

  • First published: 10 January 2024
  • Last modified: 10 January 2024

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-0421b0
Published by:
Surrey County Council
Authority ID:
AA0050
Publication date:
10 January 2024
Deadline date:
08 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This tender is to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:

1. A25 Reigate Road - Buckland Road - Average Speed

2. A24 Horsham Road - Average Speed

3. A283 Petworth Road, Witley - Average Speed

4. A283 Petworth Road, Chiddingfold - Average Speed

Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Surrey County Council

Woodhatch Place, 11 Cockshot Hill

Reigate

RH2 8EF

UK

Contact person: Melisa Suleyman

E-mail: melisa.suleyman@surreycc.gov.uk

NUTS: UKJ25

Internet address(es)

Main address: https://www.surreycc.gov.uk/

Address of the buyer profile: https://supplierlive.proactisp2p.com/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://supplierlive.proactisp2p.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/


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

SCC - MS - Supply and Installation of Surrey Safety Camera Schemes

Reference number: RFX1000487

II.1.2) Main CPV code

34000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Surrey County Council (“the Council”) is seeking to procure one or more contract(s) for Supply and Installation of Safety Camera Enforcement Systems Throughout the County of Surrey.

II.1.5) Estimated total value

Value excluding VAT: 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

A25 Reigate Road - Buckland Road - Average Speed

II.2.2) Additional CPV code(s)

34000000

34971000

II.2.3) Place of performance

NUTS code:

UKJ25

UKJ26

II.2.4) Description of the procurement

This tender is to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:

1. A25 Reigate Road - Buckland Road - Average Speed

2. A24 Horsham Road - Average Speed

3. A283 Petworth Road, Witley - Average Speed

4. A283 Petworth Road, Chiddingfold - Average Speed

Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually.

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: 6

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

A24 Horsham Road - Average Speed

II.2.2) Additional CPV code(s)

34000000

34971000

II.2.3) Place of performance

NUTS code:

UKJ25

UKJ26

II.2.4) Description of the procurement

This tender is to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:

1. A25 Reigate Road - Buckland Road - Average Speed

2. A24 Horsham Road - Average Speed

3. A283 Petworth Road, Witley - Average Speed

4. A283 Petworth Road, Chiddingfold - Average Speed

Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually.

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: 6

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: 3

II.2.1) Title

A283 Petworth Road, Witley - Average Speed

II.2.2) Additional CPV code(s)

34000000

34971000

II.2.3) Place of performance

NUTS code:

UKJ25

UKJ26

II.2.4) Description of the procurement

This tender is to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:

1. A25 Reigate Road - Buckland Road - Average Speed

2. A24 Horsham Road - Average Speed

3. A283 Petworth Road, Witley - Average Speed

4. A283 Petworth Road, Chiddingfold - Average Speed

Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually.

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: 6

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: 4

II.2.1) Title

A283 Petworth Road, Chiddingfold - Average Speed

II.2.2) Additional CPV code(s)

34000000

34971000

II.2.3) Place of performance

NUTS code:

UKJ25

UKJ26

II.2.4) Description of the procurement

This tender is to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’:

1. A25 Reigate Road - Buckland Road - Average Speed

2. A24 Horsham Road - Average Speed

3. A283 Petworth Road, Witley - Average Speed

4. A283 Petworth Road, Chiddingfold - Average Speed

Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually.

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: 6

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

III.2.2) Contract performance conditions

The appointed supplier will be required to actively participate in the achievement of social and/or environmental objectives. Accordingly, contract performance conditions will relate in particular to social, environmental or other corporate social responsibility considerations. Further details can be found in the procurement documents and the contract.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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 000-035746

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/02/2024

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 08/02/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Selection Questionnaire responses and tenders are to be completed electronically using the Proactis Supplier Network (the Portal) https://supplierlive.proactisp2p.com/.

The Portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The Portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates should register their organisation on the Portal. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. The Council reserves the right at any time to:

(i) reject any or all responses and to cancel or withdraw this procurement at any stage;

(ii) award a contract without prior notice;

(iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents;

(iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification);

(v) terminate the procurement process; and

(vi) amend the terms and conditions of the selection and evaluation process.

All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

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 Procurement of the Council at the address specified in Section I) above and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales 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 tenderers.

VI.5) Date of dispatch of this notice

08/01/2024

Coding

Commodity categories

ID Title Parent category
34971000 Speed camera equipment Traffic-monitoring equipment
34000000 Transport equipment and auxiliary products to transportation Transport and Related Services

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:
melisa.suleyman@surreycc.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.