Shropshire Council: DMNH 023 - SITP VMS Deployment Scheme

  Shropshire Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: DMNH 023 - SITP VMS Deployment Scheme
Notice type: Contract Notice
Authority: Shropshire Council
Nature of contract: Supplies
Procedure: Open
Short Description: As part of the Shrewsbury Integrated Transport Package (SITP), Shropshire Council wish to procure and deploy a number of Variable Message Signs (VMS), fixed plate with LED elements Parking Guidance Signs (PGS) and fixed plate direction signs in and around the town of Shrewsbury; • 10 x VMS • 3 x PGS • 2 x fixed plate direction signs
Published: 30/06/2020 15:45
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-Shrewsbury: Street signs.
Section I: Contracting Authority
      I.1) Name and addresses
             Shropshire Council
             Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
             Tel. +44 1743252992, Fax. +44 1743253910, Email: procurement@shropshire.gov.uk
             Contact: Procurement
             Main Address: https://www.shropshire.gov.uk
             NUTS Code: UKG22
      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
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Street-signs./A837HZNXM4
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/A837HZNXM4 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: https://www.delta-esourcing.com/tenders/UK-title/A837HZNXM4
      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: DMNH 023 - SITP VMS Deployment Scheme       
      Reference Number: DMNH 023
      II.1.2) Main CPV Code:
      34992300 - Street signs.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: As part of the Shrewsbury Integrated Transport Package (SITP),
Shropshire Council wish to procure and deploy a number of Variable Message Signs (VMS), fixed
plate with LED elements Parking Guidance Signs (PGS) and fixed plate direction signs in and around
the town of Shrewsbury;
• 10 x VMS
• 3 x PGS
• 2 x fixed plate direction signs       
      II.1.5) Estimated total value:
      Value excluding VAT: 575,000       
      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:
      UKG22 Shropshire CC
      
      II.2.4) Description of procurement: As part of the Shrewsbury Integrated Transport Package
(SITP), Shropshire Council wish to procure and deploy a number of Variable Message Signs (VMS),
fixed plate with LED elements Parking Guidance Sings (PGS) and fixed plate direction signs in and around the town of Shrewsbury;
• 10 x VMS
• 3 x PGS
• 2 x fixed plate direction signs
The estimated value of the works is £ 575k
In addition to the above basic requirement, tenderers are also invited to provide pricing for a number
of options including;
• Supply of 3 x VMS in place of 3 x PGS (Est £53k)
• Supply and install of car park occupancy detectors (8 x entry, 10 x exit) / counters (8 off) (Est £ 50k)
• Central Control System service to receive car park counts and operate the signs (Est £25k)
• Communications service provision for the 13 signs plus optionally 8 car park counters (Est £100/item
per year)
In outline, the scope of the works includes (refer to technical specification for full scope);
• All items to be supplied will conform to UK, EU, Highways England, DfT and Local Authority
Standards. Where no standard exists, best industry practice will apply.
• Site surveys including RRRAP where required
• Engagement with DNO for provision of power at each site
• Design, Supply, Installation, Commissioning of signs and posts including up to 5m ducting to DNO
power supply pillar and associated civil works. Provision of suitable cable and installation, termination
and testing of the power supply from the DNO feeder pillar to the sign.
• Design, supply and installation of any VRS or maintenance bays associated with the new signs.
• Design, supply, Installation, Commissioning of any options taken up by the client
• All items supplied will be subject to a witnessed factory acceptance test (FAT) and Site Acceptance
Testing (SAT)
• All items supplied will include the first year Warranty & Maintenance.
• CDM roles will be as specified in the technical specification.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 50%
                        
            Cost criterion - Name: Price / Weighting: 50%
                              
      II.2.6) Estimated value:
      Value excluding VAT: 575,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 21/09/2020 / End: 31/03/2021       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      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:          
      Please see tender documentation    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Please see tender documentation    
      Minimum level(s) of standards possibly required (if applicable) :       
      Please see tender documentation    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Please see tender documentation    
      Minimum level(s) of standards possibly required (if applicable) :          
      Please see tender documentation
      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.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions       
      Please see tender documentation          
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   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 4 years: Not Provided    
   
   
   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: 31/07/2020 Time: 12:00
            
      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:
         Until: 31/03/2021
      
      IV.2.7) Conditions for opening of tenders:
         Date: 31/07/2020
         Time: 12:00
         Place:
         Shrewsbury
      

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 No       
   Electronic payment will be used No       
   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-Shrewsbury:-Street-signs./A837HZNXM4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/A837HZNXM4
   VI.4) Procedures for review
   VI.4.1) Review body:
             Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992, Email: procurement@shropshire.gov.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:
          Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992
   VI.5) Date Of Dispatch Of This Notice: 30/06/2020

Annex A


View any Notice Addenda

DMNH 023 - SITP VMS Deployment Scheme

UK-Shrewsbury: Street signs.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992, Fax. +44 1743253910, Email: procurement@shropshire.gov.uk
       Contact: Procurement
       Main Address: https://www.shropshire.gov.uk
       NUTS Code: UKG22

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: DMNH 023 - SITP VMS Deployment Scheme      Reference number: DMNH 023      
   II.1.2) Main CPV code:
      34992300 - Street signs.
   
   II.1.3) Type of contract: SUPPLIES   
   II.1.4) Short Description: As part of the Shrewsbury Integrated Transport Package (SITP),
Shropshire Council wish to procure and deploy a number of Variable Message Signs (VMS), fixed
plate with LED elements Parking Guidance Signs (PGS) and fixed plate direction signs in and around
the town of Shrewsbury;
• 10 x VMS
• 3 x PGS
• 2 x fixed plate direction signs

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 08/07/2020

VI.6) Original notice reference:

   Notice Reference:    2020 - 236646   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 30/06/2020

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2          
         Place of text to be modified: Time limit for receipt of tenders or requests to participate          
         Instead of:
         Date: 31/07/2020         
         Local Time: 12:00          
         Read:
         Date: 07/08/2020         
         Local Time: 12:00                   
   
VII.2) Other additional information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Street-signs./A837HZNXM4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/A837HZNXM4



DMNH 023 - SITP VMS Deployment Scheme

UK-Shrewsbury: Street signs.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992, Fax. +44 1743253910, Email: procurement@shropshire.gov.uk
       Contact: Procurement
       Main Address: https://www.shropshire.gov.uk
       NUTS Code: UKG22

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: DMNH 023 - SITP VMS Deployment Scheme      Reference number: DMNH 023      
   II.1.2) Main CPV code:
      34992300 - Street signs.
   
   II.1.3) Type of contract: SUPPLIES   
   II.1.4) Short Description: As part of the Shrewsbury Integrated Transport Package (SITP), Shropshire Council wish to procure and deploy a number of Variable Message Signs (VMS), fixed plate with LED elements Parking Guidance Signs (PGS) and fixed plate direction signs in and around the town of Shrewsbury;
• 10 x VMS
• 3 x PGS
• 2 x fixed plate direction signs
In support of this, occupancy counting equipment for 9 car parks is required and a central control system (UTMC or similar) for receiving the counts and driving the VMS/PGS.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 15/07/2020

VI.6) Original notice reference:

   Notice Reference:    2020 - 236646   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 30/06/2020

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.1.6          
         Lot No: Not provided          
         Place of text to be modified: Information about lots:          
         Instead of: No          
         Read: Yes
Lot 1 – VMS & PGS
Lot 2 – Car Park Counting Equipment
Lot 3 – Central System
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: II.2.4          
         Lot No: Not provided          
         Place of text to be modified: Description of procurement:          
         Instead of: As part of the Shrewsbury Integrated Transport Package (SITP), Shropshire Council wish to procure and deploy a number of Variable Message Signs (VMS), fixed plate with LED elements Parking Guidance Signs (PGS) and fixed plate direction signs in and around the town of Shrewsbury • 10 x VMS
• 3 x PGS
• 2 x fixed plate direction signs
The estimated value of the works is £ 575k
In addition to the above basic requirement, tenderers are also invited to provide pricing for a number of options including;
• Supply of 3 x VMS in place of 3 x PGS (Est £53k)
• Communications service provision for the 13 signs plus optionally car park counters
In outline, the scope of the works includes (refer to technical specification for full scope);
• All items to be supplied will conform to UK, EU, Highways England, DfT and Local Authority Standards. Where no standard exists, best industry practice will apply.
• Site surveys including RRRAP where required
• Engagement with DNO for provision of power at each site
• Design, Supply, Installation, Commissioning of signs and posts including up to 5m ducting to DNO power supply pillar and associated civil works. Provision of suitable cable and installation, termination and testing of the power supply from the DNO feeder pillar to the sign.
• Design, supply and installation of any VRS or maintenance bays associated with the new signs.
• Design, supply, Installation, Commissioning of any options taken up by the client
• All items supplied will be subject to a witnessed factory acceptance test (FAT) and Site Acceptance Testing (SAT)
• All items supplied will include the first year Warranty & Maintenance.
• CDM roles will be as specified in the technical specification          
         Read: As part of the Shrewsbury Integrated Transport Package (SITP), Shropshire Council wish to procure and deploy a number of Variable Message Signs (VMS), fixed plate with LED elements Parking Guidance Signs (PGS) and fixed plate direction signs in and around the town of Shrewsbury along with supporting car park counters and a central control system;
Lot 1 – VMS & PGS
• 10 x VMS
• 3 x PGS
• 2 x fixed plate direction signs
The estimated value of the works is £ 575k
In addition to the above basic requirement, tenderers are also invited to provide pricing for a number of options including;
• Supply of 3 x VMS in place of 3 x PGS (Est £53k)
• Communications service provision for the 13 signs plus optionally 9 car park counters (Est £100/item per year)
Lot 2 - • Supply and install of car park occupancy detectors (9 x entry, 11 x exit) / counters (9 off) (Est £ 50k)
Lot 3 - • Central Control System service to receive car park counts and operate the signs (Est £25k)

In outline, the scope of the works includes (refer to technical specification for full scope);
• All items to be supplied will conform to UK, EU, Highways England, DfT and Local Authority Standards. Where no standard exists, best industry practice will apply.
• Site surveys including RRRAP where required
• Engagement with DNO for provision of power at each site
• Design, Supply, Installation, Commissioning of signs and posts including up to 5m ducting to DNO power supply pillar and associated civil works. Provision of suitable cable and installation, termination and testing of the power supply from the DNO feeder pillar to the sign.
• Design, supply and installation of any VRS or maintenance bays associated with the new signs.
• Design, supply, Installation, Commissioning of any options taken up by the client
• All items supplied will be subject to a witnessed factory acceptance test (FAT) and Site Acceptance Testing (SAT)
• All items supplied will include the first year Warranty & Maintenance.
• CDM roles will be as specified in the technical specification
                                    
      
      VII.1.2) Text to be corrected in original notice No: 3
                  
         Section Number: II.2.5          
         Lot No: Not provided          
         Place of text to be modified: Award criteria          
         Instead of: Criteria below
Quality criterion - Name: Quality / Weighting: 50%
Cost criterion - Name: Price / Weighting: 50%          
         Read: Criteria below for each lot;
Quality criterion - Name: Quality / Weighting: 50%

Cost criterion - Name: Price / Weighting: 50%

Tenderers bidding lots in addition to lot 1 will receive a positive weighting to their cost/quality scores reflecting the reduced impact of managing multiple contractors and encourage a single contractor to take on all 3 lots.
                                    
   
VII.2) Other additional information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Street-signs./A837HZNXM4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/A837HZNXM4


View Award Notice

UK-Shrewsbury: Street signs.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992, Fax. +44 1743253910, Email: procurement@shropshire.gov.uk
       Contact: Procurement
       Main Address: https://www.shropshire.gov.uk
       NUTS Code: UKG22

   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.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: DMNH 023 - SITP VMS Deployment Scheme            
      Reference number: DMNH 023

      II.1.2) Main CPV code:
         34992300 - Street signs.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: This is an award notice for the Shrewsbury Integrated Transport Package (SITP) for a number of Variable Message Signs (VMS), fixed plate with LED elements Parking Guidance Signs (PGS) and fixed plate direction signs in and around the town of Shrewsbury.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 539,750
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKG22 - Shropshire CC
   
      Main site or place of performance:
      Shropshire CC
             

      II.2.4) Description of the procurement: This is an award notice for the Shrewsbury Integrated Transport Package (SITP) for a number of Variable Message Signs (VMS), fixed plate with LED elements Parking Guidance Signs (PGS) and fixed plate direction signs in and around the town of Shrewsbury.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50%
                  
      Cost criterion - Name: Price / Weighting: 50%
            

      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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2020/S 127-312053
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/08/2020

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Swarco Traffic Ltd., 02389500
             Western House Business Park, East Road, Melsonby, Richmond, DH10 5NF, United Kingdom
             Tel. +44 7730762359, Email: tenders.stl@swarco.com
             NUTS Code: UKI75
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 539,750
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=528416084

   VI.4) Procedures for review

      VI.4.1) Review body
          Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Tel. +44 1743252992, Email: procurement@shropshire.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Tel. +44 1743252992

   VI.5) Date of dispatch of this notice: 30/09/2020