SES Water: Traffic Management Services

  SES Water is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Traffic Management Services
Notice type: Contract Notice - Utilities
Authority: SES Water
Nature of contract: Services
Procedure: Negotiated with competition
Short Description: SES routinely carries out planned/ emergency repair and maintenance work to its existing infrastructure which has to be done on public highways and roads. For the safety of the workers as well as general public, traffic management systems need to be installed and managed for the duration of works.
Published: 01/11/2022 20:06
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Redhill: Traffic control services.
Section I: Contracting Authority
      I.1) Name and addresses
             SES Water
             64-68 London Road, Redhill, RH1 1LG, United Kingdom
             Tel. +44 7900719180, Email: procurement.support@seswater.co.uk
             Contact: Priyeni Mann
             Main Address: https://seswater.co.uk/
             NUTS Code: UKJ2
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/tenders/UK-UK-Redhill:-Road-traffic-control-equipment./88D796K3VE
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/88D796K3VE to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided

      I.6) Main activity:
            Water

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Traffic Management Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      63712700 - Traffic control services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: SES routinely carries out planned/ emergency repair and maintenance work to its existing infrastructure which has to be done on public highways and roads. For the safety of the workers as well as general public, traffic management systems need to be installed and managed for the duration of works.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,700,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
   
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKJ44 East Kent
      UKJ2 Surrey, East and West Sussex
      
      II.2.4) Description of procurement: This tender is for the management of Traffic services in the duration of the work carried out by the repair and maintenance staff of SES Water including Road and lane closures on high-speed roads to ensure safety of SES Water workers and general public.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Price / Weighting: 40
            Quality criterion - Name: Response Time / Weighting: 25
            Quality criterion - Name: Best practice in traffic management / Weighting: 15
            Quality criterion - Name: Meeting SLAs, Incidents in last 5 years / Weighting: 20
                        
            Cost criterion - Name: Price / Weighting: 35
            Cost criterion - Name: adhering to payment terms / Weighting: 5
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Subject to meeting SLAs set out in the document and keeping costs in check during the first 3 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 4
             
      Objective criteria for choosing the limited number of cadidates: Ability to work on high-speed roads.
Having resources to set up and work in our local area of service.
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Different set up options proposed by the supplier. If deemed more efficient than our proposed option will be accepted.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
   


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:          
      SWQR and LANTRA qualified staff only    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Satisfactory company report    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Ability to work on high-speed roads
Experience of working with relevant councils for SES Water's territories
Prior experience of working with Utility companies    
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.4) Objective rules and criteria for participation
            Ability to work on high-speed roads
Satisfactory company report
Experience of working with relevant councils for SES Water's territories
Prior experience of working with Utility companies    
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      III.1.6) Deposits and guarantees required:
       Not Provided   
      III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
       Not Provided   
      III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
       Not Provided      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      The supplier should be able to cover all the tender items for completion of services and meet SLAS as outlined in the procurement documents.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    
   
Section IV: Procedure
   IV.1) Description NEGOTIATED_WITH_COMPETITION
      IV.1.1) Type of procedure: Competitive procedure with negotiation   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO              
         In the case of framework agreements justification for any duration exceeding 8 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 02/11/2022 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/11/2022       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Redhill:-Traffic-control-services./88D796K3VE

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/88D796K3VE
   VI.4) Procedures for review
   VI.4.1) Review body:
             Sutton and East Surrey Water Plc trading as SES Water
       SES Water, 64-68 London Road, Redhill, RH1 1LG, United Kingdom
       Tel. +44 1737772000, Email: procurement.support@seswater.co.uk
       Internet address: www.seswater.co.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 01/11/2022

Annex A


View any Notice Addenda

View Award Notice