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

Crawley BC and Horsham DC - Traffic Management Services

  • First published: 06 November 2021
  • Last modified: 06 November 2021

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:
Published by:
Crawley Borough Council
Authority ID:
AA20471
Publication date:
06 November 2021
Deadline date:
17 December 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot A: Crawley Borough Council invites tenders for the provision of traffic management services within the Crawley Borough to ensure that the Council’s operatives can safely carry out litter cleansing, street sweeping, and grass cutting duties along high speed roads. Crawley Borough Council has mainly required mobile traffic management services on the A23 and A2220 high speed dual carriageways in the past; however, this is not exclusive of any other roads or types of traffic management measures that might be required during the contract term. The Contract Start Date for the delivery of the services is scheduled to be on 1st April 2022 at 00:00 hours. The Contract will be awarded for a period of 3 years until 31st March 2025, with an option to extend for a further period(s) up to a maximum of 2 years, subject to performance and the absolute discretion of the Council. Based on current expenditure, it is estimated that the contract will have a value of approximately £50,000 per annum; however, this is subject to the fluctuating demand of the service, and therefore no volume or value is guaranteed by the Council. This service is also subject to funding received from West Sussex County Council, and it is therefore worth noting that Crawley Borough Council’s requirements for traffic management services may be decreased if West Sussex County Council decides to reduce or remove the current funding arrangements. The Council is managing this tender process and communicating with Bidders using the SE Shared Services e-sourcing portal hosted by In-Tend Limited (the Portal). No hard copy documents will be issued and all communications with the Council (including submission of tenders) will be conducted via the Portal.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Crawley Borough Council

Town Hall, The Boulevard

Crawley

RH10 1UZ

UK

Contact person: Procurement Team

E-mail: procurement@horsham.gov.uk

NUTS: UKJ28

Internet address(es)

Main address: www.crawley.gov.uk

Address of the buyer profile: https://in-tendhost.co.uk/sesharedservices/aspx/Home

I.1) Name and addresses

Horsham District Council

Parkside, Chart Way

Horsham

RH12 1RL

UK

Contact person: Procurement Team

E-mail: procurement@horsham.gov.uk

NUTS: UKJ28

Internet address(es)

Main address: www.horsham.gov.uk

Address of the buyer profile: https://in-tendhost.co.uk/sesharedservices/aspx/Home

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

https://in-tendhost.co.uk/sesharedservices/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/sesharedservices/aspx/Home


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

Crawley BC and Horsham DC - Traffic Management Services

Reference number: CRBC - 033664

II.1.2) Main CPV code

63712700

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crawley Borough Council and Horsham District Council invite tenders for the provision of traffic management services. This tender process is split into two separate Lots by Council, each with differing requirements. Bidders may submit a tender for one or both Lots.

II.1.5) Estimated total value

Value excluding VAT: 650 000.00  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: A

II.2.1) Title

Crawley Borough Council

II.2.2) Additional CPV code(s)

63712700

34996000

34923000

II.2.3) Place of performance

NUTS code:

UKJ28


Main site or place of performance:

Within the borough of Crawley.

II.2.4) Description of the procurement

Lot A: Crawley Borough Council invites tenders for the provision of traffic management services within the Crawley Borough to ensure that the Council’s operatives can safely carry out litter cleansing, street sweeping, and grass cutting duties along high speed roads. Crawley Borough Council has mainly required mobile traffic management services on the A23 and A2220 high speed dual carriageways in the past; however, this is not exclusive of any other roads or types of traffic management measures that might be required during the contract term. The Contract Start Date for the delivery of the services is scheduled to be on 1st April 2022 at 00:00 hours. The Contract will be awarded for a period of 3 years until 31st March 2025, with an option to extend for a further period(s) up to a maximum of 2 years, subject to performance and the absolute discretion of the Council. Based on current expenditure, it is estimated that the contract will have a value of approximately £50,000 per annum; however, this is subject to the fluctuating demand of the service, and therefore no volume or value is guaranteed by the Council. This service is also subject to funding received from West Sussex County Council, and it is therefore worth noting that Crawley Borough Council’s requirements for traffic management services may be decreased if West Sussex County Council decides to reduce or remove the current funding arrangements. The Council is managing this tender process and communicating with Bidders using the SE Shared Services e-sourcing portal hosted by In-Tend Limited (the Portal). No hard copy documents will be issued and all communications with the Council (including submission of tenders) will be conducted via the Portal.

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: 250 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2022

End: 31/03/2025

This contract is subject to renewal: Yes

Description of renewals:

The contract has an option to extend for a further period or successive periods of one year or more up to a maximum of 2 years (24 months) subject to performance and the absolute discretion of the Council.

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

II.2.14) Additional information

Lot No: B

II.2.1) Title

Horsham District Council

II.2.2) Additional CPV code(s)

63712700

34996000

34923000

II.2.3) Place of performance

NUTS code:

UKJ28


Main site or place of performance:

Within the district of Horsham.

II.2.4) Description of the procurement

Lot B: Horsham District Council invites tenders for the provision of traffic management services within the Horsham District to ensure that the Council’s operatives can safely carry out litter cleansing duties along high speed roads. Horsham District Council has mainly required lane closures, stop and go works, and mobile traffic management services on the A24 and A264 high-speed dual carriageways, and the A272 and A264 high-speed single carriageway in the past; however, this is not exclusive of any other roads or types of traffic management measures that might be required during the contract term. The Contract Start Date for the delivery of the services is scheduled to be on 1st April 2022 at 00:00 hours. The Contract will be awarded for a period of 3 years until 31st March 2025, with an option to extend for a further period(s) up to a maximum of 2 years, subject to performance and the absolute discretion of the Council. Based on current expenditure, it is estimated that the contract will have a value of approximately £80,000 per annum; however, this is subject to the fluctuating demand of the service, and therefore no volume or value is guaranteed by the Council. The Council is managing this tender process and communicating with Bidders using the SE Shared Services e-sourcing portal hosted by In-Tend Limited (the Portal). No hard copy documents will be issued and all communications with the Council (including submission of tenders) will be conducted via the Portal.

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: 400 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2022

End: 31/03/2025

This contract is subject to renewal: Yes

Description of renewals:

The contract has an option to extend for a further period or successive periods of one year or more up to a maximum of 2 years (24 months) subject to performance and the absolute discretion of the Council.

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

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:

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.1.8) 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: 17/12/2021

Local time: 10:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 17/12/2021

Local time: 10:00

Place:

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

The value provided in Section II.1.5) of this notice represents the combination of Crawley Borough Council's and Horsham District Council's estimates of the total value of the contract opportunity for each Lot, including any possible extensions. The Information for Bidders document contains the mandatory selection criteria which must be met by the potential candidates. All tenders must be submitted through the Council's In-tend portal, details of which can be found at http://www.sesharedservices.org.uk/esourcing. The Council expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; ii. to make whatever changes it may see fit to the content and structure of the requirements during the tender phase ; and in no circumstances will be liable for any costs incurred by the candidates. Further information about the contract opportunity can be found in the Information for Bidders document which will be made available via the portal to bidders registering their interest in this procurement.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand, Holborn Town

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.5) Date of dispatch of this notice

05/11/2021

Coding

Commodity categories

ID Title Parent category
34996000 Control, safety or signalling equipment for roads Control, safety, signalling and light equipment
34923000 Road traffic-control equipment Road equipment
63712700 Traffic control services Support services for road transport

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:
procurement@horsham.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.