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 177-401324/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Leicestershire County Council
Postal address: Croft Depot, Arbor Road
Town: Croft
Postal code: LE9 3GE
Country: United Kingdom
Contact Person: Mrs Barbara Hunter
Email: barbara.hunter@leics.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Leicester City Council
Postal address: Transport and Street Department, City Hall, 115 Charles Street
Town: Leicester
Postal code: LE1 1FZ
Country: United Kingdom
Contact Person: Mrs Barbara Hunter
Email: barbara.hunter@leics.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.2) Joint Procurement:
The contract involves joint procurement
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: Temporary Traffic Management Contract 2019

Reference number: DN365250
II.1.2) Main CPV code: 63000000
II.1.3) Type of contract: Services
II.1.4) Short Description: Leicestershire County Council and Leicester City Council (the Employer) is seeking to identify and appoint a Contractor to provide a Temporary Traffic Management service to support the Employers in house operational teams and other third party contractors employed on programmed work
The anticipated starting date of the contract is the 1.1.2019.
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.2.2) Additional CPV code(s)
63712000

II.2.3) Place of performance
Nuts code: UKF21, UKF22
II.2.4) Description of the procurement:
The service involves the provision of temporary Traffic Management teams and equipment as agreed in advance with the Employer to install, maintain and remove temporary traffic management on the Employer’s network.
The Contractor supports the operation of the Employer’s in house operational teams and other third party contractors employed on programmed work with the provision of temporary traffic management.
Temporary Traffic Management teams work so as to provide safe access and egress to the works and safe working zone for other teams.
The service includes providing temporary Traffic Management teams during the normal working day, Saturdays, Sundays and night times for programmed work.
Attendance at emergency incidents during the normal working day may be required by re-directing teams already working for the Employer on other work.
The Contractor may be required to provide temporary traffic management designs for non-standard traffic management layouts. The Contractor is not responsible for designing the permanent works.
For work of longer than one day duration the Contractor inspects and maintains the traffic management in accordance with the regime agreed with the Employer.
The Employer generally requires traffic management teams to be provided for a 10 hour period – this allows sufficient time for the traffic management to be established and removed and still provide a normal working window for the Employer.
Stop Go Teams are generally provided for just an 8 hour working period. This allows sufficient time for the teams to be on site or in the Employers depots to receive instruction and still provide traffic management to suit the Employers working day which 7.5 hours Monday to Thursday and 7 hours on Friday.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 2000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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 yes
Description of options: The proposed contract period is 2 years with potential extensions of a further 2 years in 1 year increments subject to performance making a potential 4-year contract period in total.

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:As stated within the procurement documents.
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

III.2.2) Contract performance conditions: As stated within the procurement documents.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-10-19 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:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2018-10-19 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: Royal Courts of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Internet address:

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Leicestershire County Council (LCC) will incorporate a minimum 10 calendar days standstill period at the point of information on the award of the contract, as communicated to tenderers. Applicants who are unsuccessful shall be informed by LCC as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.5) Date of dispatch of this notice:2018-09-12

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking