Supply and Installation of Variable Message Signs
Portsmouth City Council is inviting tenders from specialist providers for the supply, installation and maintenance of Variable Message Signs.
United Kingdom-Portsmouth: Variable message signs
2017/S 040-072579
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Procurement Service, Floor 4 Core 3/4, Civic Office, Guildhall Square
Portsmouth
PO1 2AL
United Kingdom
Contact person: Procurement Service
Telephone: +44 2392688235
E-mail: procurement@portsmouthcc.gov.uk
NUTS code: UKJ31
Address of the buyer profile: https://www.portsmouth.gov.uk/ext/business/business.aspx
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Variable Message Signs — Supply and Installation — Portsmouth.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Portsmouth City Council is inviting tenders from specialist providers for the supply, installation and maintenance of Variable Message Signs (VMS) including all logistical equipment and count detectors required to operate the system. There is an initial requirement for four new car park VMS signs and associated equipment which must be fully Urban Traffic Management and Control compliant with Comet and Siemens Stratos systems.
The Authority is targeting to have awarded the contract by 18.4.2017 with an installation completion date for the 4 signs of 24.7.2017.
The initial value of the contract is estimated to be in the region of 85 000 for the supply and installation of 4 signs and approximately 1 000 GBP per sign per annum thereafter for maintenance.
The Authority reserves the right on an optional basis to purchase further related equipment from the successful provider in accordance with Regulation 32 (9-12) of the Public Contracts Regulations 2015.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Portsmouth City Council is inviting tenders from specialist providers for the supply, installation and maintenance of Variable Message Signs (VMS) including all logistical equipment and count detectors required to operate the system. There is an initial requirement for four new car park VMS signs and associated equipment which must be fully Urban Traffic Management and Control compliant with Comet and Siemens Stratos systems.
The Authority is targeting to have awarded the contract by 18.4.2017 with an installation completion date for the 4 signs of 24.7.2017.
The initial value of the contract is estimated to be in the region of 85 000 for the supply and installation of four signs and approximately 1 000 GBP per sign per annum thereafter for maintenance.
The Authority reserves the right on an optional basis to purchase further related equipment from the successful provider in accordance with Regulation 32 (9-12) of the Public Contracts Regulations 2015. No estimate regarding the value of any further purchases can be provided at this point.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The Authority reserves the right on an optional basis to purchase further related equipment from the successful provider in accordance with Regulation 32 (9-12) of the Public Contracts Regulations 2015. No estimate regarding the value of any further purchases can be provided at this point.
If this option is utilised, the successful contractor will be given the opportunity to provide a quotation for additional sign requirements, which will be benchmarked by the Authority and if found to provide value for money may be awarded the additional work.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000Internet address:https://www.justice.gov.uk/
VI.5)Date of dispatch of this notice:
Related Posts
Supply, Installation and Maintenance of Signage across Hampshire
Network Rail Signage Framework 2017 – 2022
Supply and Delivery of Specialist Printed Goods