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

14-021 Supply, Install and Maintenance of Traffic Signals and Associated Equipment.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Rotherham MBC
Riverside House, Main Street
For the attention of: Mr Ian Blagg
S60 1AE Rotherham
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.rotherham.gov.uk

Address of the buyer profile: www.yortender.co.uk

Electronic access to information: www.yortender.co.uk

Electronic submission of tenders and requests to participate: www.yortender.co.uk

Further information can be obtained from: Rotherham MBC
Riverside House, Main Street
For the attention of: Mr Ian Blagg
S60 1AE Rotherham
UNITED KINGDOM
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Rotherham MBC
Riverside House, Main Street
For the attention of: Mr Ian Blagg
S60 1AE Rotherham
UNITED KINGDOM
E-mail:

Tenders or requests to participate must be sent to: Rotherham MBC
Riverside House, Main Street
For the attention of: Mr Ian Blagg
S60 1AE Rotherham
UNITED KINGDOM
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Doncaster MBC
Civic Office, Waterdale
DN1 3BU Doncaster
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
14-021 Supply, Install and Maintenance of Traffic Signals and Associated Equipment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKE31

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Doncaster and Rotherham Metropolitan Borough Councils are seeking to appoint a suitable qualified and experienced contractor for the maintenance and installation of traffic signals and associated traffic control equipment throughout the metropolitan boroughs. The metropolitan borough of Doncaster is located in the north of England in the county of South Yorkshire, it occupies approximately 570 km². The borough is well serviced by the surrounding motorway and trunk road network including the M18 and A1(M). There are 160 permanent traffic signal installations, 6 red light enforcement cameras, 3 speed enforcement cameras, 106 vehicle actuated signs, 11 variable message signs a number of ANPR sites and 1 set of automatic hydraulic rising bollards. Rotherham is a thriving borough in South Yorkshire and home to around 258 000 residents (2011). With an area of 286.5 km around 70 % of which is rural it has direct access to the M1 and M18 motorway network. There are 105 permanent traffic signal installations, 8 red light camera sites, 10 speed enforcement sites, 20 vehicle actuated signs, 12 variable message signs, 33 ANPR cameras, 40 Bluetooth JTMS units and 1 one vehicle overheight detection warning system. Traffic signal installations are controlled by a variety of approved controllers and are in the main either connected to an Urban Traffic Control UTC in station or monitored remotely via PEEK or SIEMENS Remote Monitoring Equipment (RMS). The maintenance of the UTC and RMS in stations will not be included in the maintenance contract, but all street equipment associated with the UTC and RMS will. With the introduction of IP communication systems a high number of site utilise this protocol, using items such as ADSl switches, Wi Fi links and media converters etc. The authorities makes full use of the latest technology available and will continue to install new products as they become available. Both red light enforcement and speed enforcement camera installations are Home Office approved. The red light camera installations were supplied by SERCO and speed enforcement by SERCO and TRUVELO. Vehicle actuated signs are a variety of pictogram and matrix signs and are all speed actuated. The suppliers of the equipment include DAMBACH, 3M, THERMOTOR and WESTCOTECH. Variable message signs are UTMC compliant. The suppliers of the equipment include Techspan and VMSL. ANPR camera's feed directly into a PIPS JTMS system. There is a variety of single and multi-lane cameras. The supplier of the is PIPS Technology. Bluetooth units are fed into a Drakewell JTMS and the suppliers of the equipment are TDC. The automatic hydraulic rising bollard access system operates on both access card, remote control and remote dial up it was supplied by AGD. The purpose of the contract is to provide a high quality maintenance service, 365 day per year. Maintenance of equipment will include electrical testing, periodic inspections, fault rectification, equipment cleaning and all other activities normally associated with control equipment maintenance. The successful contractor will attend emergency call outs and must be prepared to respond quickly and safely to road traffic collisions and other unforeseen events. In the pursuit of their duties the successful contractor will be expected to liaise with statutory undertakers and other outside bodies to maintain the highest levels of service. The contractor will supply and install traffic signals and associated traffic control equipment to a high quality and then maintain this equipment. The successful contractor will supply and maintain a job / fault management system capable of tracking job / fault reports, engineer's activity and attendances. It is envisaged that the job / fault management system will be a key tool in the monitoring of contractor performance, a task that will be jointly undertaken by the contractor and the authority.
II.1.6)Common procurement vocabulary (CPV)

34996100, 34000000, 50000000, 34970000, 34990000, 50230000, 34972000, 50232000, 34992100, 50232200, 72212100, 63712700, 63712710

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
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:
Doncaster and Rotherham Metropolitan Borough Councils are seeking to appoint a suitable qualified and experienced contractor for the maintenance and installation of traffic signals and associated traffic control equipment throughout the metropolitan boroughs. The metropolitan borough of Doncaster is located in the north of England in the county of South Yorkshire, it occupies approximately 570 km2. The borough is well serviced by the surrounding motorway and trunk road network including the M18 and A1(M). There are 160 permanent traffic signal installations, 6 red light enforcement cameras, 3 speed enforcement cameras, 106 vehicle actuated signs, 11 variable message signs a number of ANPR sites and 1 set of automatic hydraulic rising bollards. Rotherham is a thriving borough in South Yorkshire and home to around 258 000 residents (2011). With an area of 286.5 km around 70 % of which is rural it has direct access to the M1 and M18 motorway network. There are 105 permanent traffic signal installations, 8 red light camera sites, 10 speed enforcement sites, 20 vehicle actuated signs, 12 variable message signs, 33 ANPR cameras, 40 Bluetooth JTMS units and 1 one vehicle overheight detection warning system. Traffic signal installations are controlled by a variety of approved controllers and are in the main either connected to an Urban Traffic Control UTC in station or monitored remotely via PEEK or SIEMENS Remote Monitoring Equipment (RMS). The maintenance of the UTC and RMS in stations will not be included in the maintenance contract, but all street equipment associated with the UTC and RMS will. With the introduction of IP communication systems a high number of site utilise this protocol, using items such as ADSl switches, Wi Fi links and media converters etc. The authorities makes full use of the latest technology available and will continue to install new products as they become available. Both red light enforcement and speed enforcement camera installations are Home Office approved. The red light camera installations were supplied by SERCO and speed enforcement by SERCO and TRUVELO. Vehicle actuated signs are a variety of pictogram and matrix signs and are all speed actuated. The suppliers of the equipment include DAMBACH, 3M, THERMOTOR and WESTCOTECH. Variable message signs are UTMC compliant. The suppliers of the equipment include Techspan and VMSL. ANPR camera's feed directly into a PIPS JTMS system. There is a variety of single and multi-lane cameras. The supplier of the is PIPS Technology. Bluetooth units are fed into a Drakewell JTMS and the suppliers of the equipment are TDC. The automatic hydraulic rising bollard access system operates on both access card, remote control and remote dial up it was supplied by AGD. The purpose of the contract is to provide a high quality maintenance service, 365 day per year. Maintenance of equipment will include electrical testing, periodic inspections, fault rectification, equipment cleaning and all other activities normally associated with control equipment maintenance. The successful contractor will attend emergency call outs and must be prepared to respond quickly and safely to road traffic collisions and other unforeseen events. In the pursuit of their duties the successful contractor will be expected to liaise with statutory undertakers and other outside bodies to maintain the highest levels of service. The contractor will supply and install traffic signals and associated traffic control equipment to a high quality and then maintain this equipment. The successful contractor will supply and maintain a job / fault management system capable of tracking job / fault reports, engineer's activity and attendances. It is envisaged that the job / fault management system will be a key tool in the monitoring of contractor performance, a task that will be jointly undertaken by the contractor and the authority.
Estimated value excluding VAT:
Range: between 2 500 000 and 3 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As discussed in 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
The performance of the contract is subject to particular conditions: no
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: As detailed in tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in tender documents.
Minimum level(s) of standards possibly required: As detailed in tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in tender documents.
Minimum level(s) of standards possibly required:
As detailed in tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
14-021
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
1.9.2015 - 16:00
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: 90 (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: no

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

Simon Bradley
Riverside House, Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail:

Body responsible for mediation procedures

Simon Bradley
Riverrside House, Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail:

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Simon Bradley
RIverside House, Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail:

VI.5)Date of dispatch of this notice:
23.7.2015