Crown Commercial Service – Traffic Management Technology 2
15 Lots. – 1. Traffic Signal Junctions, Controlled Pedestrian Crossings and Ramp Metering; 2. Traffic Monitoring and Traffic Enforcement Cameras; 3. Geographic Information Systems (GIS) Data Systems; 4. Variable Message Signs.
United Kingdom-Liverpool: Road equipment
2016/S 127-228419
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Minister for the Cabinet Office acting through Crown Commercial Service part of the Crown
9th Floor, The Capital, Old Hall Street
L3 9PP Liverpool
United Kingdom
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk, eenablement@crowncommercial.gov.uk
Internet address(es):
General address of the contracting authority: https://www.gov.uk/ccs
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: UK and Abroad: Primarily in the UK with some limited requirements overseas, including but not limited to UK MoD bases located overseas.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 999
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 500 000 000 and 750 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
This new TMT framework (hereafter referred to as TMT2) will replace the existing TMT Framework Agreement (RM869) which came into existence on 12.10.2011 and is due to expire on the 10.7.2016 (hereafter referred to as TMT1).
II.1.6)Common procurement vocabulary (CPV)
34920000, 31158100, 31500000, 31600000, 31720000, 31730000, 32000000, 34923000, 34924000, 34926000, 34927000, 34928000, 34970000, 34990000,35125110, 38100000, 38200000, 38300000, 38400000, 38730000, 45200000, 45316000, 48000000, 50000000, 63712710, 71241000, 71311200, 71351600,71600000, 71700000, 72100000, 72200000, 72300000, 72500000, 73000000, 75100000, 79311300, 79314000, 79315000, 79320000, 79415200, 79800000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
1. Traffic Signal Junctions, Controlled Pedestrian Crossings and Ramp Metering;
2. Traffic Monitoring and Traffic Enforcement Cameras;
3. Geographic Information Systems (GIS) Data Systems;
4. Variable Message Signs;
5. Parking and Access Control Systems;
6. Environmental Monitoring Systems (Fixed and mobile);
7. Urban Traffic Management Control and Common Database Systems;
8. Asset Data Capture and Management;
9. Street and Exterior Lighting;
10. Sustainable Transport Infrastructure;
11. Traffic Management Communications;
12. Traffic Management Professional Services;
13. Ancillary Roadside Equipment;
14. Intelligent Transport Systems (ITS);
15. Catalogue.
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Traffic Signal Junctions, Controlled Pedestrian Crossings and Ramp Metering
1)Short description
— The supply of any related equipment (including management control systems and software);
— The supply of any related services, project management, feasibility, design, supply of equipment, data capture facilities, calibration, installation (including interconnectivity and integration with other TMT and back-office systems), commissioning, decommissioning, removal from site and disposal and/or recycling, research and development, associated spares and maintenance, fault detection, monitoring and reporting, training, business support services, help desk support, associated civil engineering works;
— Part or a complete end to end solution for the equipment and services required under the Lot (including outsourcing); and
— The transfer of responsibility, whether in full or in part, of any existing equipment and services covered by the scope of this Lot from the Contracting Body (or its appointed third party contractor) to the Supplier.
Without limitation, goods and services relating to this Lot can include:
— Traffic signal heads,
— Traffic signal controllers,
— Ramp metering equipment,
— Ramp metering controllers,
— Pedestrian signal heads,
— Pedestrian signal controllers,
— Push button units,
— Traffic detection systems,
— Outstation Transmission Units (OTU),
— Outstation Monitoring Units (OMU).
2)Common procurement vocabulary (CPV)
34923000, 45233150, 34923000, 71248000, 72200000, 35125110, 32572000, 71241000, 71600000, 32570000, 72250000, 34992000, 51310000, 51610000,30237280, 31213300, 71322500, 51000000, 51100000, 45200000, 34996000, 45316212, 50232200, 34992100, 48610000, 45316210, 45316000, 71240000,34970000, 48813200, 72500000, 50000000, 45316110, 48813000, 71244000, 50232000, 34920000, 34924000, 32000000, 32580000, 51110000, 45316213,71243000, 71242000, 34996100, 48000000, 63712710, 34990000, 50200000, 71245000, 50324100, 48813100
4)Indication about different date for duration of contract or starting/completion
Lot No: 3 Lot title: Geographic Information Systems (GIS) Data Systems
1)Short description
— The supply of any related equipment (including management control systems and software);
— The supply of any related services, project management, feasibility, design, supply of equipment, data capture facilities, calibration, installation (including interconnectivity and integration with other TMT and back-office systems), commissioning, decommissioning, removal from site and disposal and/or recycling, research and development, associated spares and maintenance, fault detection, monitoring and reporting, training, business support services, help desk support, associated civil engineering works;
— Part or a complete end to end solution for the equipment and services required under the Lot (including outsourcing); and
— The transfer of responsibility, whether in full or in part, of any existing equipment and services covered by the scope of this Lot from the Public Sector Body (or its appointed third party contractor) to the Supplier.
Without limitation, goods and services relating to this Lot can include:
— GIS-based traffic, incident, environmental and planning management systems;
— SMART Technologies;
— Telematics.
2)Common procurement vocabulary (CPV)
38221000, 72318000, 32580000, 45316212, 45200000, 72500000, 72322000, 48813100, 63712710, 71244000, 72310000, 48813200, 38100000, 72315000,71243000, 45316210, 34923000, 38221000, 48000000, 72316000, 72200000, 72317000, 32570000, 45316213, 50232200, 45316110, 72300000, 50200000,32260000, 71240000, 71245000, 34970000, 38200000, 51100000, 38112100, 30237280, 72320000, 32000000, 71322500, 71242000, 72313000, 51610000,51310000, 32572000, 72250000, 50232000, 72314000, 50324100, 72315100, 48813000, 71600000, 71248000, 51000000, 45316000, 72319000, 48610000,71241000, 34920000, 50000000, 51110000
4)Indication about different date for duration of contract or starting/completion
Lot No: 4 Lot title: Variable Message Signs
1)Short description
— The supply of any related equipment (including management control systems and software);
— The supply of any related services, project management, feasibility, design, supply of equipment, data capture facilities, calibration, installation (including interconnectivity and integration with other TMT and back-office systems), commissioning, decommissioning, removal from site and disposal and/or recycling, research and development, associated spares and maintenance, fault detection, monitoring and reporting, training, business support services, help desk support, associated civil engineering works;
— Part or a complete end to end solution for the equipment and services required under the Lot (including outsourcing); and
— The transfer of responsibility, whether in full or in part, of any existing equipment and services covered by the scope of this Lot from the Public Sector Body (or its appointed third party contractor) to the Supplier.
Without limitation, goods and services relating to this Lot can include:
— Urban Variable Messaging Signs (VMS);
— Motorway Variable Messaging Signs (VMS);
— Vehicle activated signs;
— Temporary traffic management signs;
— VMS control systems.
2)Common procurement vocabulary (CPV)
34924000, 48000000, 51310000, 71322500, 32260000, 50324100, 34996000, 48813100, 32000000, 71600000, 71241000, 34920000, 48813200, 34996100,71240000, 45316110, 51610000, 32580000, 71242000, 51000000, 48610000, 72250000, 48813000, 45316210, 45316000, 71244000, 34992000, 51100000,45200000, 72200000, 34924000, 32572000, 72500000, 71248000, 71245000, 71243000, 34970000, 51110000, 30237280, 45316213, 50232000, 45316212,50000000, 50200000, 34923000, 34990000, 34992100, 32570000, 50232200, 63712710
4)Indication about different date for duration of contract or starting/completion
Lot No: 5 Lot title: Parking and Access Control Systems
1)Short description
— The supply of any related equipment (including management control systems and software);
— The supply of any related services, project management, feasibility, design, supply of equipment, data capture facilities, calibration, installation (including interconnectivity and integration with other TMT and back-office systems), commissioning, decommissioning, removal from site and disposal and/or recycling, research and development, associated spares and maintenance, fault detection, monitoring and reporting, training, business support services, help desk support, associated civil engineering works;
— Part or a complete end to end solution for the equipment and services required under the Lot (including outsourcing); and
— The transfer of responsibility, whether in full or in part, of any existing equipment and services covered by the scope of this Lot from the Contracting Body (or its appointed third party contractor) to the Supplier.
Without limitation, goods and services relating to this Lot can include:
— Pay and display equipment;
— Space counting and bay monitoring e.g. capacity counters;
— Intercom systems;
— Car park barriers;
— Gate automation;
— Parking and access control RFID systems inc. biometric gates;
— Software systems for data capture and processing services.
2)Common procurement vocabulary (CPV)
34926000, 71322500, 34990000, 71243000, 71244000, 51610000, 32572000, 32580000, 32000000, 45200000, 71245000, 34996100, 34920000, 51000000,35125110, 72200000, 50000000, 50232000, 45316212, 48813100, 30237280, 34996000, 34992000, 72250000, 71242000, 72500000, 32570000, 34923000,34926000, 71600000, 71241000, 63712710, 50324100, 45316110, 51100000, 48813200, 38730000, 34970000, 71240000, 51310000, 48000000, 45316000,45316210, 50200000, 32260000, 34992100, 34924000, 71248000, 48610000, 45233150, 50232200, 45316213, 51110000, 48813000
4)Indication about different date for duration of contract or starting/completion
Lot No: 6 Lot title: Environmental Monitoring Systems (Fixed and Mobile)
1)Short description
— The supply of any related equipment (including management control systems and software);
— The supply of any related services, project management, feasibility, design, supply of equipment, data capture facilities, calibration, installation (including interconnectivity and integration with other TMT and back-office systems), commissioning, decommissioning, removal from site and disposal and/or recycling, research and development, associated spares and maintenance, fault detection, monitoring and reporting, training, business support services, help desk support, associated civil engineering works;
— Part or a complete end to end solution for the equipment and services required under the Lot (including outsourcing); and
— The transfer of responsibility, whether in full or in part, of any existing equipment and services covered by the scope of this Lot from the Public Sector Body (or its appointed third party contractor) to the Supplier.
Without limitation, goods and services relating to this Lot can include:
— Pollution monitoring systems and equipment;
— Noise level monitoring systems and equipment;
— Flood level monitoring systems and equipment;
— Meteorological systems and equipment (e.g. ice monitoring units, wind speed, fog detection, weather stations, weather detection and information systems);
— Ambient light monitoring systems and equipment.
2)Common procurement vocabulary (CPV)
38100000, 71322500, 71243000, 71244000, 51610000, 32580000, 32000000, 45200000, 71245000, 34920000, 72300000, 51000000, 71351600, 72200000,50000000, 38100000, 72250000, 71242000, 72500000, 34923000, 71600000, 71241000, 50324100, 51100000, 38400000, 71700000, 71240000, 48000000,50200000, 32260000, 38300000, 71248000, 48610000, 51110000
4)Indication about different date for duration of contract or starting/completion
Lot No: 7 Lot title: Urban Traffic Management Control and Common Database Systems
1)Short description
— The supply of any related equipment (including management control systems and software);
— The supply of any related services, project management, feasibility, design, supply of equipment, data capture facilities, calibration, installation (including interconnectivity and integration with other TMT and back-office systems), commissioning, decommissioning, removal from site and disposal and/or recycling, research and development, associated spares and maintenance, fault detection, monitoring and reporting, training, business support services, help desk support, associated civil engineering works;
— Part or a complete end to end solution for the equipment and services required under the Lot (including outsourcing); and
— The transfer of responsibility, whether in full or in part, of any existing equipment and services covered by the scope of this Lot from the Public Sector Body (or its appointed third party contractor) to the Supplier.
Without limitation, goods and services relating to this Lot can include:
— Urban Traffic Control (UTC) and Urban Traffic Management and Control (UTMC) systems;
— UTC/UTMC Common Database Platforms (CDB) and systems;
— Priority detection systems;
— Common database integration;
— Central business district integration services;
— Congestion charge systems;
— Monitoring outstations;
— Traffic engineering design services;
— Control of traffic signal controllers;
— Traffic control compliant system to system adaptor software;
— Traffic control training and support services;
— Data exchange services.
2)Common procurement vocabulary (CPV)
34923000, 32000000, 51000000, 34970000, 71248000, 72315000, 38200000, 71245000, 72500000, 71241000, 32580000, 38221000, 63712710, 34923000,48610000, 72315100, 48813200, 50324100, 72250000, 72310000, 71244000, 34920000, 72322000, 71243000, 48000000, 72212514, 72200000, 48813000,92222000, 72212300, 72320000, 45200000, 71240000, 32260000, 51100000, 51310000, 71600000, 72318000, 72317000, 72316000, 72319000, 72315200,71322500, 38100000, 50000000, 71242000, 50200000, 72314000, 38112100, 48813100, 51110000, 72313000, 51610000, 72300000
4)Indication about different date for duration of contract or starting/completion
Lot No: 8 Lot title: Asset Data Capture and Management
1)Short description
— The supply of any related equipment (including management control systems and software);
— The supply of any related services, project management, feasibility, design, supply of equipment, data capture facilities, calibration, installation (including interconnectivity and integration with other TMT and back-office systems), commissioning, decommissioning, removal from site and disposal and/or recycling, research and development, associated spares and maintenance, fault detection, monitoring and reporting, training, business support services, help desk support, associated civil engineering works;
— Part or a complete end to end solution for the equipment and services required under the Lot (including outsourcing); and
— The transfer of responsibility, whether in full or in part, of any existing equipment and services covered by the scope of this Lot from the Public Sector Body (or its appointed third party contractor) to the Supplier.
Without limitation, goods and services relating to this Lot can include:
— Surveys to capture asset data (e.g. location, condition, inventory — including physical properties, etc.) using technologies such as:
— LiDAR,
— High resolution photography,
— Ground penetrating radar,
— Asset data management,
— Asset data analysis,
— Asset data processing.
2)Common procurement vocabulary (CPV)
72314000, 72315000, 50000000, 72320000, 71244000, 72315100, 72250000, 72317000, 50200000, 34920000, 71248000, 48813200, 71241000, 50324100,72212300, 38100000, 71631480, 48813000, 72319000, 71245000, 38200000, 71700000, 72313000, 38112100, 72200000, 71240000, 72310000, 72322000,45200000, 51100000, 34923000, 48813100, 71242000, 71322500, 72314000, 51000000, 72500000, 32000000, 48610000, 71243000, 72318000, 71600000,38221000, 72300000, 72316000, 72315200, 48000000, 51110000
4)Indication about different date for duration of contract or starting/completion
Lot No: 9 Lot title: Street and Exterior Lighting
1)Short description
— The supply of any related equipment (including management control systems and software);
— The supply of any related services, project management, feasibility, design, supply of equipment, data capture facilities, calibration, installation (including interconnectivity and integration with other TMT and back-office systems), commissioning, decommissioning, removal from site and disposal and/or recycling, research and development, associated spares and maintenance, fault detection, monitoring and reporting, training, business support services, help desk support, associated civil engineering works;
— Part or a complete end to end solution for the equipment and services required under the Lot (including outsourcing); and
— The transfer of responsibility, whether in full or in part, of any existing equipment and services covered by the scope of this Lot from the Contracting Body (or its appointed third party contractor) to the Supplier.
Without limitation, goods and services relating to this Lot can include:
— Street and exterior lighting equipment:
i. Columns,
ii. Luminaires,
iii. Cables,
iv. Switchgear,
v. Sensors and controls,
vi. Street lighting consumables,
vii. Ancillary equipment;
— Lighting control systems,
— Survey and asset review,
— Upgrade of existing assets to high efficiency lighting (e.g. CMS and LED),
— Ancillary lighting and equipment for road signs, bollards, central beacons and zebra crossings.
2)Common procurement vocabulary (CPV)
34928500, 31000000, 31530000, 44000000, 44320000, 34928510, 71322500, 34990000, 71243000, 71244000, 45200000, 34928520, 71245000, 31527210,31500000, 34928500, 34920000, 51000000, 44144000, 72200000, 50000000, 50232000, 44321000, 72250000, 71242000, 72500000, 34993000, 34923000,71600000, 71241000, 50324100, 51100000, 44322000, 34928530, 44142000, 71240000, 51310000, 48000000, 50200000, 31531000, 34993100, 71248000,51110000
4)Indication about different date for duration of contract or starting/completion
Lot No: 10 Lot title: Sustainable Transport Infrastructure
1)Short description
— The supply of any related equipment (including management control systems and software);
— The supply of any related services, project management, feasibility, design, supply of equipment, data capture facilities, calibration, installation (including interconnectivity and integration with other TMT and back-office systems), commissioning, decommissioning, removal from site and disposal and/or recycling, research and development, associated spares and maintenance, fault detection, monitoring and reporting, training, business support services, help desk support, associated civil engineering works;
— Part or a complete end to end solution for the equipment and services required under the Lot (including outsourcing);and
— The transfer of responsibility, whether in full or in part, of any existing equipment and services covered by the scope of this Lot from the Public Sector Body (or its appointed third party contractor) to the Supplier.
Without limitation, goods and services relating to this Lot can include:
— Charge Point equipment (e.g. Standard and Fast Single Phase, 3 Phase AC and Rapid AC/DC), inductive ‘wireless’ chargers (static and ‘in motion’);
— Access and Payment solutions (e.g. RFID, PAYG, membership);
— Charge Point Management Systems (CPMS);
— Portable and transportable electrical energy storage and recharging solutions.
2)Common procurement vocabulary (CPV)
31158000, 31158100, 71322500, 71243000, 71244000, 45200000, 71245000, 31681500, 34920000, 51000000, 50000000, 71242000, 34923000, 71600000,71241000, 50324100, 51100000, 71240000, 50200000, 71248000, 51110000
4)Indication about different date for duration of contract or starting/completion
Lot No: 11 Lot title: Traffic Management Communications
1)Short description
— The supply of any related equipment (including management control systems and software);
— The supply of any related services, project management, feasibility, design, supply of equipment, data capture facilities, calibration, installation (including interconnectivity and integration with other TMT and back-office systems), commissioning, decommissioning, removal from site and disposal and/or recycling, research and development, associated spares and maintenance, fault detection, monitoring and reporting, training, business support services, help desk support, associated civil engineering works;
— Part or a complete end to end solution for the equipment and services required under the Lot (including outsourcing); and
— The transfer of responsibility, whether in full or in part, of any existing equipment and services covered by the scope of this Lot from the Public Sector Body (or its appointed third party contractor) to the Supplier.
Without limitation, goods and services relating to this Lot can include:
— Radio communications,
— Emergency telephone equipment and systems,
— Routers,
— Modems,
— Mesh networks,
— Cloud services,
— Backups,
— Communications equipment associated with the provision of co-operative ITS (both in-vehicle and infrastructure), connected vehicles and autonomous vehicles, including (but not limited to):
— Vehicular Wi-Fi equipment;
— Roadside wireless connectivity equipment;
— Dedicated Short Range Communications (DSRC) equipment;
— Wireless LAN equipment;
— Satellite communication equipment.
2)Common procurement vocabulary (CPV)
32000000, 71322500, 71243000, 71244000, 51610000, 32572000, 32562100, 32000000, 32237000, 45200000, 71245000, 51000000, 32520000, 32521000,72200000, 50000000, 30237280, 32562300, 72250000, 71242000, 72500000, 32570000, 32562000, 71600000, 71241000, 50324100, 51100000, 32551500,71240000, 51310000, 48000000, 50200000, 32260000, 71248000, 48610000, 51110000
4)Indication about different date for duration of contract or starting/completion
Lot No: 12 Lot title: Traffic Management Technology Professional Services
1)Short description
— The supply of any related services, project management, software, feasibility, design, data capture facilities, calibration, research and development, fault detection, monitoring and reporting, training, business support services, help desk support;
— Part or a complete end to end solution for the services required under the Lot (including outsourcing), and;
— The transfer of responsibility, whether in full or in part, of any existing equipment and services covered by the scope of this Lot from the Public Sector Body (or its appointed third party contractor) to the Supplier.
Without limitation, goods and services relating to this Lot can include:
— Traffic management technology professional services (including research, consultancy, project management, etc.);
— Type— approval and certification of traffic equipment;
— Traffic surveying, data capture and processing services;
— Feasibility study services;
— Inspection services;
— Traffic impact assessment reports;
— Design services;
— Public consultation and stakeholder engagement services;
— Public consultation and stakeholder engagement services;
— Traffic modelling services (virtualisation and simulation);
— Database services;
— Data management services;
— Transport systems consultancy services;
— Strategy development and implementation services;
— The supply of any related services (including prototyping systems and software modelling).
2)Common procurement vocabulary (CPV)
71311210, 71245000, 72212214, 73000000, 71541000, 72250000, 72322000, 72315100, 72221000, 73420000, 72313000, 73430000, 72227000, 72315200,79315000, 72212514, 72212300, 71242000, 71311200, 71600000, 71240000, 71241000, 72225000, 72319000, 72500000, 72150000, 72226000, 72600000,72246000, 71311210, 72220000, 79421000, 72591000, 72222200, 71322500, 72224000, 72228000, 72130000, 72318000, 72317000, 71248000, 72200000,79320000, 71244000, 72120000, 72310000, 72110000, 72316000, 72320000, 79314000, 72300000, 72314000, 72140000, 79415200, 72315000, 71243000,72100000
4)Indication about different date for duration of contract or starting/completion
Lot No: 13 Lot title: Ancillary Roadside Equipment
1)Short description
— The supply of any related equipment (including management control systems and software);
— The supply of any related services, project management, feasibility, design, supply of equipment, data capture facilities, calibration, installation (including interconnectivity and integration with other TMT and back-office systems), commissioning, decommissioning, removal from site and disposal and/or recycling, research and development, associated spares and maintenance, fault detection, monitoring and reporting, training, business support services, help desk support, associated civil engineering works;
— Part or a complete end to end solution for the equipment and services required under the Lot (including outsourcing); and
— The transfer of responsibility, whether in full or in part, of any existing equipment and services covered by the scope of this Lot from the Public Sector Body (or its appointed third party contractor) to the Supplier.
Without limitation, goods and services relating to this Lot can include:
— Cabinets,
— Cabinet frames and security straps and associated equipment,
— Power supply units,
— Cables (copper and fibre optic),
— Connectors.
2)Common procurement vocabulary (CPV)
31000000, 31000000, 44000000, 44320000, 71322500, 34990000, 71243000, 71244000, 32572000, 32562100, 32000000, 45200000, 34928420, 34928100,34928120, 71245000, 44619200, 34928450, 34928460, 34996100, 34920000, 51000000, 31300000, 32520000, 32521000, 34928410, 44144000, 50000000,50232000, 45316212, 30237280, 31224800, 32562300, 44321000, 34996000, 34992000, 71242000, 32570000, 32562000, 32562200, 34928430, 34923000,34928000, 34928110, 71600000, 63712600, 71241000, 63712710, 50324100, 45232320, 45316110, 51100000, 31213300, 31320000, 32551500, 44322000,34928320, 44142000, 34928300, 71240000, 51310000, 45316000, 45316210, 50200000, 32581100, 34928310, 34992100, 34924000, 71248000, 45233150,50232200, 45316213, 51110000
4)Indication about different date for duration of contract or starting/completion
Lot No: 14 Lot title: Intelligent Transport Systems (ITS)
1)Short description
— The supply of any related equipment (including management control systems and software);
— The supply of any related services, project management, feasibility, design, supply of equipment, data capture facilities, calibration, installation (including interconnectivity and integration with other TMT and back-office systems), commissioning, decommissioning, removal from site and disposal and/or recycling, research and development, associated spares and maintenance, fault detection, monitoring and reporting, training, business support services, help desk support, associated civil engineering works;
— Part or a complete end to end solution for the equipment and services required under the Lot (including outsourcing); and
— The transfer of responsibility, whether in full or in part, of any existing equipment and services covered by the scope of this Lot from the Public Sector Body (or its appointed third party contractor) to the Supplier.
Without limitation, goods and services relating to this Lot can include:
— Deployment, provision, integration, application maintenance, system administration, testing and/or development of Intelligent Transport Systems (ITS), including (but not limited to):
i. Active traffic management;
ii. Advanced traffic management;
iii. Tunnel control;
iv. Bridge control;
v. Contact management;
vi. Traffic prediction;
vii. Traffic simulation;
viii. Traffic information and data;
ix. Event management;
x. Road space planning and works management;
xi. Co-operative ITS, Vehicle-to-Vehicle (V2V) and Vehicle-to-Infrastructure (V2I) connected and autonomous vehicle systems;
xii. Incident detection and management;
xiii. Congestion detection and management;
xiv. Vehicle compliance (height, weight, lane, speed, commercial);
xv. Vehicle tracking and detection;
xvi. Signs and signal management for urban and national networks;
xvii. Traffic technology asset management, fault management and diagnostics;
xviii. Supervisory Control and Data Acquisition (SCADA);
— Common database integration;
— Data Exchange Services;
— Cloud Services;
— Backups.
2)Common procurement vocabulary (CPV)
34970000, 32234000, 32323300, 71322500, 34990000, 72322000, 71243000, 75110000, 71244000, 51610000, 32572000, 32580000, 32562100, 32000000,45200000, 71245000, 48100000, 32231000, 34996100, 79311300, 34920000, 34927000, 72300000, 72319000, 72320000, 75100000, 75130000, 51000000,92222000, 32520000, 35125110, 72315100, 72200000, 50000000, 45316212, 48813100, 30237280, 32562300, 34996000, 34992000, 34972000, 72314000,72315200, 72316000, 72318000, 71242000, 72500000, 32570000, 32562000, 32562200, 32300000, 34923000, 71600000, 72310000, 72313000, 72315000,71241000, 63712710, 50324100, 45316110, 51100000, 48813200, 30144300, 32551500, 34970000, 34971000, 72317000, 71240000, 51310000, 48000000,45316000, 45316210, 50200000, 32260000, 32323500, 34992100, 34993100, 34924000, 75112000, 71248000, 48610000, 45233150, 45316213, 51110000,48813000
4)Indication about different date for duration of contract or starting/completion
Lot No: 15 Lot title: Catalogue
1)Short description
2)Common procurement vocabulary (CPV)
34923000, 32300000, 38221000, 34971000, 32562100, 34926000, 30233300, 45232320, 31320000, 34924000, 48813100, 32551500, 30144300, 48100000,34928000, 34972000, 34992000, 32260000, 34920000, 32580000, 50232200, 44000000, 45316210, 45316213, 72300000, 38100000, 32562000, 31530000,71240000, 65320000, 51000000, 32581100, 50232000, 50000000, 32562200, 30199761, 34993100, 34996100, 31600000, 45316212, 32521000, 34970000,72200000, 45316000, 34993000, 34927000, 30237280, 51610000, 32323300, 48813000, 34996000, 34990000, 50200000, 31158100, 44320000, 32000000,31730000, 50324100, 38112100, 32231000, 72212214, 75100000, 79415200, 48813200, 32572000, 51110000, 31213300, 38400000, 63712710, 72500000,48000000, 31200000, 32323500, 32520000, 79311300, 31531000, 31720000, 31000000, 51310000, 32570000, 79314000, 30162000, 38300000, 72212300,71700000, 31500000, 71311200, 48610000, 45316110, 71600000, 34928500, 79421000, 35125110, 31300000, 32234000, 45200000, 92222000
4)Indication about different date for duration of contract or starting/completion
Lot No: 2 Lot title: Traffic Monitoring and Traffic Enforcement Cameras
1)Short description
— The supply of any related equipment (including management control systems and software);
— The supply of any related services, project management, feasibility, design, supply of equipment, data capture facilities, calibration, installation (including interconnectivity and integration with other TMT and back-office systems), commissioning, decommissioning, removal from site and disposal and/or recycling, research and development, associated spares and maintenance, fault detection, monitoring and reporting, training, business support services, help desk support, associated civil engineering works;
— Part or a complete end to end solution for the equipment and services required under the Lot (including outsourcing); and
— The transfer of responsibility, whether in full or in part, of any existing equipment and services covered by the scope of this Lot from the Public Sector Body (or its appointed third party contractor) to the Supplier.
Without limitation, goods and services relating to this Lot can include:
— Automatic Number Plate Recognition (ANPR);
— Safety cameras (static and average speed);
— CCTV, used in a traffic surveillance and vehicle monitoring service;
— Automatic Traffic Counters (ATC);
— Selective Vehicle Detection (SVD) systems;
— Type approved enforcement technology to identify traffic offences;
— Motorway incident and traffic detection systems;
— Commercial vehicle operations compliance systems and equipment;
— Height and weight compliance systems and equipment;
— Outstation monitoring equipment;
— Road charging and toll systems;
— Associated real time data services.
2)Common procurement vocabulary (CPV)
63712710, 32323500, 32572000, 44000000, 32300000, 31320000, 45200000, 32562100, 71311200, 51000000, 31531000, 71240000, 34993000, 31000000,31300000, 34971000, 79314000, 71242000, 71311210, 45316210, 32234000, 71243000, 32562000, 72500000, 31213300, 30144300, 48000000, 72200000,48610000, 34972000, 71248000, 30237280, 34928500, 72300000, 32520000, 31530000, 65320000, 30199761, 51100000, 71241000, 45232320, 51310000,31224800, 38400000, 71244000, 71245000, 79315000, 35125110, 32581100, 79415200, 50324100, 31720000, 48100000, 32323300, 48813200, 45316110,75100000, 71322500, 31527210, 72212514, 71700000, 34996000, 51610000, 50000000, 30233300, 79421000, 34992000, 79320000, 38300000, 34970000,71600000, 32260000, 32521000, 71323100, 31730000, 31500000, 32562200, 79311300, 31200000, 31600000, 34927000, 30162000, 34990000, 32551500,34923000, 92222000, 31158100, 34993100, 72212300, 32580000, 32000000, 32231000, 72212214, 44320000, 34924000, 32570000
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Potential Providers will be assessed in accordance with — Section 5 of the Regulations implementing the Directive on the basis of information provided in response to an Invitation to Tender (‘ITT’).
This procurement will be managed electronically via Crown Commercial Service’s e-Sourcing Suite. To participate in this procurement, Potential Providers must 1st be registered on the e-Sourcing Suite.
If you have not yet registered on the eSourcing Suite, this can be done online at: https:// gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at:https://www.gov.uk/government/publications/become-a-crown-commercial-service-supplier/becoming-a-supplier-through-the-crown-commercial-service-what-you-need-to-know
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing:ExpressionOfInterest@crowncommercial.gov.uk Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk
Please note that there may be a short period of e-Sourcing Suite unavailability at the start of this procurement. Please monitor:https://gpsesourcing.cabinetoffice.gov.uk for details of e-Sourcing Suite availability.
Responses must be published by the date in IV.3.4)
A full copy of the ITT documentation for this Procurement is also available via Crown Commercial Service website from the date of this publication of the contract notice: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Potential Providers will be assessed on the basis of information provided in response to an ITT. The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1) Crown Commercial Service and contracting authority (s) may take into account any of the following information:
a) A statement of your turnover profit and loss account and cash flow for the most recent year of trading;
b) A statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position; and/or
c) An alternative means of demonstrating financial status.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Potential Providers will be assessed in accordance with Section 5 of the Regulations implementing the Directive, on the basis of information provided in response to an ITT. The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1)
Crown Commercial Service may have regard to any of the following means in its assessment:
(a) A list of the principal deliveries or main services provided over the past 3 years, with the sums, dates and recipients, whether public or private, involved;
(b) An indication of the technicians or technical bodies involved, whether or not belonging directly to the Potential Provider’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the Potential Provider can call in order to carry out the work;
(c) A description of the technical facilities and measures used by the Potential Provider for ensuring quality and Cyber Security;
(d) Where the Services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the Potential Provider is established, subject to that body’s agreement, on the production capacities or the technical capacity and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(e) The organisation, qualification and experience of staff of the Potential Provider and/or named Sub-Contractor(s) specifically those staff assigned to performing the contract where the quality of the staff assigned can have a significant impact on the level of performance of the contract;
(f) For public works contracts and public services contracts, and only if related and appropriate to the subject-matter of the Framework Agreement, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(g) An indication of the environmental management measures that the Potential Provider will be able to apply when performing the contract;
(h) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 250-456954 of 26.12.2015
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 4.8.2016 – 12:01
Place:
Electronically, via web-based portal.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The following customers, and any of their successors, are permitted to use this Framework Agreement/Contract:
Highways England (or any companies acting on their behalf as agents): https://www.gov.uk/government/organisations/highways-england
South Yorkshire Passenger Transport Executive (SYPTE): http://www.sypte.co.uk/
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide:https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide
Local Authorities (England and Wales):
http://www.idea.gov.uk/idk/org/la-data.do
NDPBs: https://www.gov.uk/government/organisations
National Parks Authorities: http://www.nationalparks.gov.uk/
Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but not Independent Schools: http://www.education.gov.uk/edubase/home.xhtml
Police Forces in the United Kingdom: https://www.police.uk/contact/force-websites/
Police Forces and Special Police Forces in the United Kingdom, and/or Police and Crime Commissioners (as defined by the Police Reform and Social Responsibility Act 2011) and/or the Police Authorities (as defined in the Police Act 1964, Police Act 1996, Serious Organised Crime and Police Act 2005, Police and Justice Act 2006, Police, Public Order and Criminal Justice (Scotland) Act 2006), and other relevant legislation for the constituent parts of the United Kingdom, for their respective rights and interests;
Fire and Rescue Services in the United Kingdom:
http://www.fireservice.co.uk/information/ukfrs
http://www.nifrs.org/areas-districts/
http://www.firescotland.gov.uk/your-area.aspx
NHS Bodies England:
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx
Hospices in the UK: http://www.helpthehospices.org.uk/about-hospice-care/find-a-hospice/uk-hospice-and-palliative-care-services
Registered Social Landlords (Housing Associations): https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
Third Sector and Charities in the United Kingdom:
http://www.charitycommission.gov.uk/find-charities/
http://www.oscr.org.uk/search-charity-register/
http://www.charitycommissionni.org.uk/charity-search/
Citizens Advice in the United Kingdom:
http://www.citizensadvice.org.uk/index/getadvice.htm
http://www.citizensadvice.co.uk/
Scottish Public Bodies.
The framework agreement will be available for use by any Scottish Public Sector Body: the Authority; Scottish Non-Departmental Public Bodies; offices in the Scottish Administration which are not ministerial offices; cross-border public authorities within the meaning of section 88 (5) of the Scotland Act 1998; the Scotland Office; the Scottish Parliamentary Corporate Body; councils constituted under section 2 of the Local Government, etc. (Scotland) Act 1994 (except where they are acting in their capacity as educational authority); Scottish joint fire boards or joint fire and rescue boards; Scottish joint police boards or any successor National Police or Fire Authority; Scottish National Park authorities, bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish Health Boards or Special Health Boards, Student Loans Company Limited, Northern Lighthouse Board, further or higher education institutions being fundable bodies within the meaning of section 6 of the Further and Higher Education (Scotland) Act 2005 any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by 1 or more of the foregoing, bodies financed wholly or mainly by 1 or more of the foregoing, bodies subject to management supervision by 1 or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than 1/2 of those individuals, being appointed by 1 or more of the foregoing.
Scottish Government: http://www.gov.scot
Scottish Parliament: http://www.scottish.parliament.uk/abouttheparliament/27110.aspx
Scottish Local Authorities:
http://www.gov.scot/About/Government/councils
http://www.scotland-excel.org.uk/home/AboutUs/OurMembers/AssociateMembers.aspx
Scottish Agencies, NDPBs: http://www.gov.scot/Topics/Government/public-bodies/about/Bodies
Scottish NHS Bodies:
http://www.gov.scot/Topics/Health/NHS-Workforce/NHS-Boards
http://www.show.scot.nhs.uk/organisations/
Scottish Further and Higher Education Bodies:
http://www.universities-scotland.ac.uk/index.php?page=members
http://www.collegesscotland.ac.uk/member-colleges.html
http://www.sfc.ac.uk/aboutus/council_funded_institutions/WhoWeFundColleges.aspx
Scottish Police:
http://www.scotland.police.uk/your-community/
Scottish Housing Associations:
http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/
The Scotland Office:
https://www.gov.uk/government/organisations/scotland-office
Registered Social Landlords (Housing Associations) — Scotland: http://directory.scottishhousingregulator.gov.uk/pages/default.aspx
Scottish Primary Schools: http://www.educationscotland.gov.uk/parentzone/myschool/findaschool/index.asp
Scottish Secondary Schools: http://www.educationscotland.gov.uk/parentzone/myschool/findaschool/index.asp
Scottish Special Schools: http://www.educationscotland.gov.uk/parentzone/myschool/findaschool/index.asp
Welsh Public Bodies:
National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities, and all bodies covered by:
http://www.assembly.wales/en/Pages/Home.aspx
NHS Wales: http://www.wales.nhs.uk/ourservices/directory
Housing Associations — Registered Social Landlords Wales: http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en
Universities in Wales: http://www.uniswales.ac.uk/universities/
Colleges in Wales: http://www.collegeswales.ac.uk/en-GB/wales_colleges-42.aspx
Schools in Wales (nursery, primary, middle, secondary, special, independent schools and pupil referral units): http://gov.wales/statistics-and-research/address-list-of-schools/?lang=en
Northern Ireland Public Bodies:
Northern Ireland Government Departments: http://www.northernireland.gov.uk/gov.htm
Northern Ireland Public Sector Bodies and Local Authorities: https://www.nidirect.gov.uk/contacts/contacts-az/general-register-office-northern-ireland
Schools in Northern Ireland: http://apps.education-ni.gov.uk/appinstitutes/instmain.aspx
Universities in Northern Ireland: https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland
Health and Social care in Northern Ireland: http://www.hscni.net/
Northern Ireland Housing Associations: http://www.nihe.gov.uk/index/about/contact_us_home/your_nearest_office.htm
Police Service of Northern Ireland: http://www.psni.police.uk/index.htm
Any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character; and
(i) Financed wholly or mainly by another contracting authority listed above in this section VI.3) of this notice;
(ii) Subject to management supervision by another contracting authority listed above in this section VI.3) of this notice; or
(iii) More than 1/2 of the board of directors or members of which, or, in the case of a group of individuals, more than 1/2 of those individuals, are appointed by another contracting authority listed above in this section VI.3) of this notice;
(iv) An association of or formed by 1 or more of the Contracting Authorities listed above in this section VI.3) of this notice.
Entities which are not public sector bodies may also use the Framework Agreements if the Authority is satisfied that:
— Such entity is calling-off goods and services directly, solely and exclusively in order to satisfy contractual obligations to 1 or more public sector bodies, all of which are entitled to use the Framework Agreements on their own account;
— All goods to be called-off by it are to be used directly, solely and exclusively to provide energy at sites occupied by such public sector body (ies); and
— It will pass the benefit of the call-off contract to such public sector body (ies) directly, in full and on a purely ‘pass-through’ basis. Accordingly there must be no mark-up, management fee, service charge or any similar cost solely in relation to the supply of energy imposed on the relevant public sector body (ies), who must be able to benefit from the terms of the Framework Agreements in a like manner and to the same extent as if using the Framework Agreements on its/their own account.
Any ‘bodies governed by public law’ which under the Public Contracts Regulations 2015 means bodies that have all of the following characteristics:
(a) They are established for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character;
(b) They have legal personality; and
(c) They have any of the following characteristics:
(i) They are financed, for the most part, by the State, regional or local authorities, or by other bodies governed by public law;
(ii) They are subject to management supervision by those authorities or bodies; or
(iii) They have an administrative, managerial or supervisory board, more than 1/2 of whose members are appointed by the State, regional or local authorities, or by other bodies governed by public law.
Cyber Essentials is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services.
The government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. There are 2 levels of certification: Cyber Essentials and Cyber Essentials Plus.
To participate in this Procurement, Potential Providers must be able to comply with the technical requirements prescribed by Cyber Essentials for Services under and in connection with this Procurement by the time the 1st call-off contract is awarded.
Further details of Cyber Essentials may be found here: https://www.cyberstreetwise.com/cyberessentials/
Further detail of the mandatory requirements may be found in PPN 09/14.
The duration referenced in section II.1.4) and at Section 4 of each Lot listed is 4 years with the option to break after 2 years and again after 3, unless otherwise terminated in accordance with the Framework Agreement. This duration is for the placing of orders.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Traffic Management Services Framework Norfolk
Supply GIS System to Gloucestershire County Council
Supply and Installation of Variable Message Signs
Street Lighting Term Service Contract London