SCC - MS - Supply and Installation of Surrey Safety Camera Schemes

A Tender Notice
by SURREY COUNTY COUNCIL

Source
Find a Tender
Type
Contract (Supply)
Duration
0.5 year
Value
600K
Sector
TRANSPORT
Published
08 Jan 2024
Delivery
To 24 Dec 2024 (est.)
Deadline
08 Feb 2024 12:00

Concepts

Location

Reigate

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

Surrey County Council (“the Council”) is seeking to procure one or more contract(s) for Supply and Installation of Safety Camera Enforcement Systems Throughout the County of Surrey. This tender is to identify one or more safety camera providers (‘the Contractor’) to design and install Home Office Type Approved (‘HOTA’) safety camera systems at the following locations or ‘Lots’: 1. A25 Reigate Road - Buckland Road - Average Speed 2. A24 Horsham Road - Average Speed 3. A283 Petworth Road, Witley - Average Speed 4. A283 Petworth Road, Chiddingfold - Average Speed Bidders may submit tenders for one or more Lots as detailed above. Submissions will be evaluated using the evaluation methodology detailed later in this document. Bidders should be aware that each Lot will be evaluated and awarded individually.

Lot Division

1 A25 Reigate Road - Buckland Road - Average Speed
2 A24 Horsham Road - Average Speed
3 A283 Petworth Road, Witley - Average Speed
4 A283 Petworth Road, Chiddingfold - Average Speed

CPV Codes

  • 34000000 - Transport equipment and auxiliary products to transportation
  • 34971000 - Speed camera equipment

Indicators

  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Renewals are not available.
  • Performance considerations apply.
  • Award on basis of price and quality.

Other Information

Selection Questionnaire responses and tenders are to be completed electronically using the Proactis Supplier Network (the Portal) https://supplierlive.proactisp2p.com/. The 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 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.

Reference

Domains