Notice Information
Notice Title
Road Conditions Survey Tender
Notice Description
Bracknell Forest Council (The Council) has decided to invite tenders for the collection of road condition data including SCANNER, SCRIM, CVI, FNS, FMS, Deflectograph, Coring, Ground Penertrating Radar surveys, Road Marking surveys and Digital Video Image surveys on the Principal and Non-Principal Classified Roads and the Unclassified Road Networks within the geographical area of the road networks of Bracknell Forest Council, Reading Borough Council, Slough Borough Council, West Berkshire Council, Royal Borouigh or Windsor and Maidenhead and Wokingham Borough Council (The Councils). The Council will manage the procurement and contract with the Contractor. Matters between the Councils will be managed by a separate Memorandum of Understanding. The Networks to be surveyed have been referenced within the various Council's UKPMS systems and data is to be collected using these reference systems. The Councils will supply the Contractor with data files containing all references. The reference data will not be issued with the tender documents Economic and Financial Standing. The authority will seek more information from independent credit agencies as part of the evaluation and reserves the right to undertake credit checks at each stage of the procurement process and after contract award. The council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last-minute problems The contract duration will be for a maximum of 6 years, covering an initial period of 5 years plus 1 optional extension, (i.e. 5+1) In order to receive any clarifications or changes to tender documents organisations must register their interest on the South East Business portal https://sebp.due-north.com. The Council will not be held responsible for not communicating important information to any organisation who has not officially registered their interest.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-29fbfc59-9832-4470-9f7b-a2f324efc6ee
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/5e05d207-e915-4767-8a9c-603366fe19c2
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71311210 - Highways consultancy services
71311220 - Highways engineering services
Notice Value(s)
- Tender Value
- £1,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Nov 20223 years ago
- Submission Deadline
- 16 Jan 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2023 - 31 Mar 2029 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BRACKNELL FOREST BOROUGH COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement.team@bracknell-forest.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRACKNELL
- Postcode
- RG12 1JD
- Post Town
- Reading
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ15 Berkshire East
- Delivery Location
- Not specified
-
- Local Authority
- Bracknell Forest
- Electoral Ward
- Town Centre & The Parks
- Westminster Constituency
- Bracknell
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/5e05d207-e915-4767-8a9c-603366fe19c2
30th November 2022 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-29fbfc59-9832-4470-9f7b-a2f324efc6ee-2022-11-30T10:13:12Z",
"date": "2022-11-30T10:13:12Z",
"ocid": "ocds-b5fd17-29fbfc59-9832-4470-9f7b-a2f324efc6ee",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "BRACKN001-DN645088-98476789",
"title": "Road Conditions Survey Tender",
"description": "Bracknell Forest Council (The Council) has decided to invite tenders for the collection of road condition data including SCANNER, SCRIM, CVI, FNS, FMS, Deflectograph, Coring, Ground Penertrating Radar surveys, Road Marking surveys and Digital Video Image surveys on the Principal and Non-Principal Classified Roads and the Unclassified Road Networks within the geographical area of the road networks of Bracknell Forest Council, Reading Borough Council, Slough Borough Council, West Berkshire Council, Royal Borouigh or Windsor and Maidenhead and Wokingham Borough Council (The Councils). The Council will manage the procurement and contract with the Contractor. Matters between the Councils will be managed by a separate Memorandum of Understanding. The Networks to be surveyed have been referenced within the various Council's UKPMS systems and data is to be collected using these reference systems. The Councils will supply the Contractor with data files containing all references. The reference data will not be issued with the tender documents Economic and Financial Standing. The authority will seek more information from independent credit agencies as part of the evaluation and reserves the right to undertake credit checks at each stage of the procurement process and after contract award. The council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last-minute problems The contract duration will be for a maximum of 6 years, covering an initial period of 5 years plus 1 optional extension, (i.e. 5+1) In order to receive any clarifications or changes to tender documents organisations must register their interest on the South East Business portal https://sebp.due-north.com. The Council will not be held responsible for not communicating important information to any organisation who has not officially registered their interest.",
"datePublished": "2022-11-30T10:13:12Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71311210",
"description": "Highways consultancy services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71311220",
"description": "Highways engineering services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "RG12 1JD"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 1000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2023-01-16T14:00:00Z"
},
"contractPeriod": {
"startDate": "2023-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/5e05d207-e915-4767-8a9c-603366fe19c2",
"datePublished": "2022-11-30T10:13:12Z",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-59863",
"name": "Bracknell Forest Borough Council",
"identifier": {
"legalName": "Bracknell Forest Borough Council"
},
"address": {
"streetAddress": "Time Square, Market Street",
"locality": "Bracknell",
"postalCode": "RG12 1JD",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Procurement.Team@Bracknell-Forest.gov.uk"
},
"details": {
"url": "http://www.bracknell-forest.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-59863",
"name": "Bracknell Forest Borough Council"
}
}