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 |
View Full Notice
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
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
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