Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Somerset County Council
County Hall
Taunton
TA1 4DY
UK
Contact person: Mark Brown
Telephone: +44 3001232224
E-mail: commercialandprocurement@somerset.gov.uk
NUTS: UKK23
Internet address(es)
Main address: https://www.somerset.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 agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Traffic Signals Installation Framework Agreement 2025
Reference number: EPRO1000131/ERFX1001754
II.1.2) Main CPV code
45316212
II.1.3) Type of contract
Works
II.1.4) Short description
The Framework Agreement for Traffic Signals Installation will cover Installation of new traffic signals, replacement of traffic signals and associated infrastructure improvements, and will comprise the following work types:
- Installation of new traffic signal controlled junctions;
- Modification and refurbishment of existing traffic signal controlled junctions;
- Commissioning of new, modified and refurbished traffic signal controlled junctions;
- Cyclic maintenance activities, vegetation removal etc.
- Carriageway & footpath resurfacing
- Kerb alterations
- Landscaping in the vicinity of the above?
- Surveys and investigations required to inform the design (by others) of the above;
- Site clearance related to the above;
- Traffic management associated with the above activities; and
- Performing the role of Principal Contractor where appointed.
The estimated spend per annum through the framework is expected to be in the region of £10,000,000 with an overall Framework limit of £60,000,000.00.
Work under the framework will be awarded as 'Task Orders' as the as a result of running further-competitions as set out in the conditions of contract.
II.1.5) Estimated total value
Value excluding VAT:
60 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKK23
II.2.4) Description of the procurement
This procurement is for the establishment of a Framework Agreement.
The term of the Framework Agreement will be 48 months.
The conditions of contract will be a bespoke Framework Agreement with the award of work through further competition as 'Task Orders' using the NEC4 ECC (Engineering and Construction Contract)
Up to Four suppliers will be appointed to the Framework Agreement.
This procurement is being conducted under PCR2015 and not PA2023.
The Framework Agreement will cover Installation of new traffic signals, replacement of traffic signals and associated infrastructure improvements, and will comprise the following work types:
- Installation of new traffic signal controlled junctions;
- Modification and refurbishment of existing traffic signal controlled junctions;
- Commissioning of new, modified and refurbished traffic signal controlled junctions;
- Cyclic maintenance activities, vegetation removal etc.
- Carriageway & footpath resurfacing
- Kerb alterations
- Landscaping in the vicinity of the above?
- Surveys and investigations required to inform the design (by others) of the above;
- Site clearance related to the above;
- Traffic management associated with the above activities; and
- Performing the role of Principal Contractor where appointed.
The estimated spend per annum through the framework is expected to be in the region of £10,000,000 with an overall Framework limit of £60,000,000
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
60 000 000.00
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: 4
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:
25/04/2025
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:
25/04/2025
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
E-mail: publicprocurementreview@cabinetoffice.gov.uk
VI.5) Date of dispatch of this notice
21/02/2025