Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Somerset County Council
County Hall
Taunton
TA1 4DY
UK
Contact person: Mr Mark Brown
Telephone: +44 1823359114
E-mail: mbrown@somerset.gov.uk
NUTS: UKK23
Internet address(es)
Main address: https://www.somerset.gov.uk
Address of the buyer profile: https://www.supplyingthesouthwest.org.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert/Index?advertId=bb6d4716-99f3-ec11-8115-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=bb6d4716-99f3-ec11-8115-005056b64545
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
Framework Agreement for Specialist Traffic Signal Related Services 2022
Reference number: DN591128
II.1.2) Main CPV code
50232000
II.1.3) Type of contract
Services
II.1.4) Short description
Somerset County Council traffic control department as the highway authority has the responsibility to manage, maintain and refurbish all permanent traffic signals within Somerset. The Authority is looking to obtain design, implementation and maintenance expertise from specialist contractors with regards to the following Lots:
Lot 1 - Configurations - Preparation of MCH1827B forms and Production of TOPAS 2500A Configurations either Eprom/Electronic
Lot 2 - SCOOT/MOVA - design, implementation and validation. Traffic Control Room specialist technical support services.
The Authority will set up a Framework Agreement for a period of 48 months. Orders will be placed through the Framework Agreement to appointed suppliers following the process detailed in the procurement documents.
Applicants may bid for one or both Lots. Each Lot will be independently evaluated and so there is no advantage or disadvantage for bidding for one or both Lots.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
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
Lot 1 - Configurations
II.2.2) Additional CPV code(s)
50232200
II.2.3) Place of performance
NUTS code:
UKK23
II.2.4) Description of the procurement
Lot 1 - Configurations - Preparation of MCH1827B forms and Production of TOPAS 2500A Configurations either Eprom/Electronic
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
120 000.00
GBP
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
Lot 2 - SCOOT/MOVA
II.2.2) Additional CPV code(s)
50232200
II.2.3) Place of performance
NUTS code:
UKK23
II.2.4) Description of the procurement
Lot 2 - SCOOT/MOVA - design, implementation and validation. Traffic Control Room specialist technical support services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
290 000.00
GBP
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 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: 6
Justification for any framework agreement duration exceeding 4 years:
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:
29/07/2022
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: 12 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
29/07/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
VI.5) Date of dispatch of this notice
24/06/2022