CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 241-550618/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: St.Helens Council
Postal address: Wesley House, Corporation Street
Town: St Helens
Postal code: WA10 1HF
Country: United Kingdom
Contact Person: Mr Brian Malcolm
Telephone: +44 1744673317
Email: brianmalcolm@sthelens.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: TMC9 Traffic Management Framework 2019-2023

Reference number: DN381075
II.1.2) Main CPV code: 45220000
II.1.3) Type of contract: Services
II.1.4) Short Description: St Helens Council (Employer) is seeking companies registered with National Highway Sector Schemes 12A/B, 12C and 12D to provide signing, lighting, coning and guarding (traffic management) of physical works on the highway carried out by the Council and their appointed contractors.
Bidders must have traffic management as their core business but may also be able to provide ancillary services. Bidders whose main core business is not traffic management but have the mandatory NHSS scheme accreditation will not be considered.
The type of work includes highway engineering operations and the Council’s street cleaning, lighting, grounds maintenance, drainage operations and other activities. Traffic management in response to some emergency incidents may also be needed.
The contract includes the opportunity for named Authorities to participate.
II.1.5) Estimated total value:
Value excluding VAT: 2000000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKD71
II.2.4) Description of the procurement:
St Helens Council (Employer) is seeking companies registered with National Highway Sector Schemes 12A/B, 12C and 12D to provide signing, lighting, coning and guarding (traffic management) of physical works on the highway carried out by the Council and their appointed contractors. Traffic management is to the requirements of Safety at Street Works and Road Works Code of Practice Oct 2013 and Chapter 8 of the Traffic Signs Manual where the Code of Practice does not apply.
Bidders must have traffic management as their core business but may also be able to provide ancillary services. Bidders whose main core business is not traffic management but have the mandatory NHSS scheme accreditation will not be considered.
The type of work is not limited to highway engineering operations but includes the Council’s street cleaning, lighting, grounds maintenance, drainage operations and other activities. Traffic management in response to some emergency incidents may also be needed.
St Helens Council has a statutory duty to manage and maintain the local highway network and it is necessary from time to time to put in place temporary traffic management measures to facilitate safe road works, temporary closures or incident management while minimising disruption to road users.
The Council proposes to manage its statutory responsibility by awarding a Framework Contract to a number of competent traffic management contractors who will design, install, maintain and remove temporary traffic management measures.
Companies working towards NHSS 12A/B, 12C and 12D accreditation can still bid but if not registered by 30.6.2019 will be removed from the framework. Task Orders will not be issued until the organisation is registered to all three schemes.
With high traffic flows on many roads it is particularly important to ensure all work activities and temporary closures are planned and designed to optimise safety, road space and time on site while minimising road user congestion, delay and inconvenience. The safety of vulnerable road users such as pedestrians, children and cyclists is a priority consideration for any traffic management designed.
Most works are at sites that are not subject to restricted working hours as a result of peak traffic conditions. Bidders base their prices on carrying out the works during normal working hours. If work ordered is subject to restricted working hours then the extra-over rate in Schedule of Rates becomes applicable.
The contract is a Framework and runs for an initial service period of 2 years from 1.4.2019 until 31.3.2021 with an option for 2 x 12 month extension periods subject to review before the end of each period.
The contract includes the opportunity for named Authorities to join during the term of the contract. The estimated annual value for St Helens is 160 000 GBP. The estimated total value is based on named Authorities joining.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2019-04-01End: 2023-03-31
This contract is subject to renewalyes Description of renewals:Contract is for an initial term of 2 years with 2 No. 1 year optional extensions (max 4 years term).

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Bidders must be accredited to the following National Highways Sector Schemes:
12A-B Static Temporary Traffic Management on Motorways and High Speed Dual Carriageways Including Online Widening Schemes.
12C Mobile Lane Closure Traffic Management on Motorways and Other Dual Carriageways.
12D Installing, Maintaining and Removing Temporary Traffic Management on Rural and Urban Roads.
Companies working towards NHSS 12A/B, 12C and 12D accreditation can still bid but if not registered by 30.6.2019 will be removed from the framework. Task Orders will not be issued until the organisation is registered to all three schemes.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:3
In the case of framework agreements,provide justification for any duration exceeding 4 years:
Not relevant
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2019-01-28 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2019-01-28 Local time: 12:00 Place:Lodged on The Chest e-procurement portal and opened by verifiers in St Helens Council

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:Every 4 years.
VI.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: St Helens Council
Postal address: Town Hall, Victoria Square
Town: St Helens
Postal code: WA10 1HP
Country: United Kingdom
VI.5) Date of dispatch of this notice:2018-12-11

RELATED ARTICLES

June 23, 2025

Grouting Up

Type of document: Contract Notice Country: United Kingdom 1. Title: Grouting Up 2. Awarding Authority: SKANSKA CONSTRUCTION UK LIMITED 1 Hercules Way WATFORD England WD39SW Contact: Jonty Hoffmeister Email: chloe.hobbs@skanska.co.uk Phone:

June 23, 2025

Pond Lining

Type of document: Contract Notice Country: United Kingdom 1. Title: Pond Lining 2. Awarding Authority: SKANSKA CONSTRUCTION UK LIMITED 1 Hercules Way WATFORD England WD39SW Contact: Jonty Hoffmeister Email: jonty.hoffmeister@skanska.co.uk Phone: