SCC RD - Highways Services Intelligent Traffic Systems

A Tender Notice
by SURREY COUNTY COUNCIL

Source
Find a Tender
Type
Contract (Goods)
Duration
6 year
Value
£50M
Sector
TRANSPORT
Published
02 Aug 2021
Delivery
To 20 Aug 2027 (est.)
Deadline
20 Sep 2021 11:00

Concepts

Location

Surrey, East and West Sussex:

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Surrey County Council (“the Council”) is seeking to re-procure the contract for Supply, Installation, Commissioning, Inspection, and Maintenance of Intelligent Traffic Systems.

Total Quantity or Scope

Surrey County Council is seeking to re-procure the contract for Supply, Installation, Commissioning, Inspection, and Maintenance of Intelligent Traffic Systems (‘the Requirement’). At present, the Requirement is delivered through the two existing Traffic Control Systems Contracts. These contracts have been in place since 2017 and are currently due to expire in April 2022. While these have been successful contracts, SCC recognise that there is an opportunity to build upon these successes and take steps to maximise the opportunities available to both the Council and the appointed supplier. The Council operate and maintain approximately 800 intelligent transport assets, comprising of signal-controlled junctions, signal-controlled crossings, Fire Station Wig-wags, car park equipment, variable message signs, rising bollards and C.C.T.V. cameras. The Council operates a whole life asset management programme and is currently expecting to spend approximately £5,000,000.00 per annum on its intelligent transport systems. In order to maximise the success of this contract, the Council will need to put in place a contract which provides the appointed supplier with further opportunities to deliver innovative services which may change the way in which the contract is delivered in the future. SCC therefore plan to encourage the successful bidder to work together with the Council and its partner organisations to innovate and enable the results to be implemented. For example, the Council are currently considering how greater use of technology may improve service delivery, how other services can be delivered in an innovative way via the appointed supplier and putting in place a mechanism which encourages the supplier to approach the Council with new ideas which can actually be implemented.

Renewal Options

It is anticipated that the contract term will be a maximum of 10 years (i.e. 6 year initial term plus options to extend for two 2-year periods thereafter).

CPV Codes

  • 34923000 - Road traffic-control equipment
  • 50232000 - Maintenance services of public-lighting installations and traffic lights
  • 34996100 - Traffic lights
  • 45233294 - Installation of road signals
  • 45316212 - Installation of traffic lights
  • 63712700 - Traffic control services

Indicators

  • Variant bids may be considered.
  • This is a one-off contract (no recurrence)
  • Options are available.
  • Renewals are available.
  • Staff qualifications are relevant.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Selection Questionnaire responses and tenders are to be completed electronically using the SE Shared Services Procurement eSourcing portal https://www.sesharedservices.org.uk/esourcing/opportunities). The SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates should register their organisation on the SE Shared Services portal. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. The Council reserves the right at any time to: (i) reject any or all responses and to cancel or withdraw this procurement at any stage; (ii) award a contract without prior notice; (iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; (iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); (v) terminate the procurement process; and (vi) amend the terms and conditions of the selection and evaluation process. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received. In relation to Section II.2.10, variant bids may be accepted by the Council. However, this will only be in circumstances where the form and content of the variant has been approved by the Council in advance.

Reference

Domains