By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Wakefield Traffic Signal Supply and Install 2014.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Wakefield Council
Planning, Transportation & Highways, Wakefield One, PO Box 700, Burton Street
For the attention of: Brian Thomas
WF1 2EB Wakefield
UNITED KINGDOM
Telephone: +44 1924306032
E-mail:

Internet address(es):

General address of the contracting authority: www.wakefield.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: YORTender
Tender Documents are available from the YORtender Web portal HTTPS://www.yortender.co.uk with reference YORE-9FZHBS

Tenders or requests to participate must be sent to: YORTender
Tender Documents are available from the YORtender Web portal HTTPS://www.yortender.co.uk with reference YORE-9FZHBS

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Other: Highways
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Wakefield Traffic Signal Supply and Install 2014.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

Main site or location of works, place of delivery or of performance: Wakefield and Kirklees, but the concluded contract will be open for use by one or more of the other 21 Local Authorities within the Yorkshire and Humber region subject to the capacity of the Contractor, without creating any obligation on behalf of them to do so. Where any of the other 21 Local Authorities within the Yorkshire and Humber region elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein. Details of the Local Authorities can be found at: http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1↦=4.

NUTS code UKE

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Works will comprise of the Supply, Installation and Commissioning of Traffic Signal Equipment at various locations within the Geographic areas of the Wakefield and Kirklees (however see 3.4 - Instructions for tenderers)
The Contract Period will be for 2 years. It is anticipated that the commencement date will be April 2014.
It is not known how much work, if any, will be constructed under the contract.
All new installation shall be Extra Low Voltage (ELV) using Light Emitting Diode signal heads (LED).
II.1.6)Common procurement vocabulary (CPV)

45233294, 45316200, 34996000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 1 and 1 800 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See Tender Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
See Tender Documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See Tender Documents.
Minimum level(s) of standards possibly required: See Tender Documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See Tender Documents.
Minimum level(s) of standards possibly required:
See Tender Documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
YORE-9FZHBS
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 24.3.2014 - 11:59
IV.3.4)Time limit for receipt of tenders or requests to participate
24.3.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Representatives of legal and democratic services, any Member of the Council who so wishes may be present at the opening. Internal Audit also has the right to attend any tender opening. Where external agencies contribute to the overall funding of a project, representatives of the agency may also attend at the opening of tenders and be allowed to make note of the tenders and receive a copy of the subsequent written report on the tenders received, provided that such persons agree to observe commercial confidentiality and be bound by the confidentiality requirements of the Local Government Act 1972, as amended.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Tender Documents are available from the YORtender Web portal HTTPS://www.yortender.co.uk with reference YORE-9FZHBS.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

See VI.4.2

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Council will incorporate a minimum 10 calendar day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2009/2992) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
4.2.2014