Transport Systems Maintenance – Term Contract
Routine, planned and emergency maintenance services in addition to new installations and managed service for its inventory of Intelligent Transport Systems.
United Kingdom-Widnes: Traffic-signal maintenance services
2017/S 175-358804
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Kingsway House c/o Municipal Building, Kingsway
Widnes
WA8 7QF
United Kingdom
Telephone: +44 3033334300
E-mail: alexandra.blackburn@halton.gov.uk
NUTS code: UKD71
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA1966
I.1)Name and addresses
Huyton
United Kingdom
E-mail: Sean.Traynor@knowsley.gov.uk
NUTS code: UKD71
I.1)Name and addresses
Liverpool
United Kingdom
E-mail: john.davies7@liverpool.gov.uk
NUTS code: UKD72
I.1)Name and addresses
Bootle
United Kingdom
E-mail: Andrew.Sawyer@sefton.gov.uk
NUTS code: UKD73
I.1)Name and addresses
St Helens
United Kingdom
E-mail: BrianMalcolm@sthelens.gov.uk
NUTS code: UKD71
I.1)Name and addresses
Birkenhead
United Kingdom
E-mail: paulcropper@wirral.gov.uk
NUTS code: UKD74
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Term Contract Intelligent Transport Systems Maintenance and Installations.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Routine, planned and emergency maintenance services in addition to new installations and managed service for its inventory of Intelligent Transport Systems including:
Traffic signals (junctions and controlled crossings) including OMUs and OTUs and Bulk lamp changes;
Variable Message Signs (VMS);
Car Park Guidance signs;
Vehicle Activated Signs (VAS);
Automatic Number Plate Recognition (ANPR) Cameras;
Bluetooth readers;
Journey Time Monitoring Systems (JTMS);
Wide Area Network (WAN);
Wireless Communications Equipment;
Over height Vehicle Detection Systems;
Slot Cutting;
New installations and refurbishment works;
Managed services for operation of control centre/systems (Optional);
Design Services (Optional);
Traffic Surveys (Optional);
The Contract will be procured on behalf of the Liverpool City Region (LCR).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Within the Liverpool City Region.
II.2.4)Description of the procurement:
A single tender exercise is being undertaken with a view to separate contracts being entered into by each Local Authority listed in this Notice. No guarantee can be given that all of the above Local Authorities will enter into a Contract with the successful tenderer.
The chosen Contractor will have a proven track record in cost effective repair and maintenance of Intelligent Transport Systems, (holding on stock all items necessary to provide the service together with the ability to source such stock at short notice, locally or nationally as required) and the provision of managed services for operation of control centre/systems. Design of ITS systems/improvements and installation work may also be undertaken under this Contract.
Halton Borough Council is the lead procurement Local Authority but the Contractor will enter into contract on a several basis with each participating Local Authority in respect of services relevant to that Local Authority.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The LCR Local Authorities will have the option to extend the contract period by up to 4 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Please note the contract value of 8 175 000 GBP is based on the following:
All listed Local Authorities awarding a contract.
The initial contract period of 6 years (although there also 4 x 12 month extension options).
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to the tender documents at www.the-chest.org.uk for details.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Please refer to the tender documents at www.the-chest.org.uk for details.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is dependent upon whether the extension options are used. If no extensions are used a notice will be published approx. July 2023.
1 x 12 month extension — approx. July 2024.
2 x 12 month extensions used -approx. July 2025.
3 x 12 month extension options used-approx. July 2026.
4 x 12 month extension options used-approx. July 2027.
VI.2)Information about electronic workflows
VI.3)Additional information:
Please note:
Works orders will fluctuate according to demand and available budget.
To bid for this opportunity please register as a supplier at www.the-chest.org.uk and express your interest in the opportunity via the Chest. All of the tender documentation will be available on the Chest website to view and complete.
All bids must be submitted via the Chest website by the deadline stated on the Chest website. Any queries can be raised using the Messaging facility on the Chest website.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=201952
(MT Ref: 201952).
VI.4.1)Review body
Kingsway House c/o Municipal Building, Kingsway
Widnes
WA8 7QF
United Kingdom
Telephone: +44 3033334300Internet address:http://www.halton.gov.uk
VI.5)Date of dispatch of this notice: