Award

KMCIT-127 Intelligent Transport System - Air Quality

THE COUNCIL OF THE BOROUGH OF KIRKLEES

This public procurement record has 2 releases in its history.

Award

14 Sep 2021 at 12:33

Tender

27 Apr 2021 at 15:02

Summary of the contracting process

The Kirklees Council is undertaking the "KMCIT-127 Intelligent Transport System - Air Quality" project, which focuses on environmental services aimed at improving air quality through advanced technology at signalised junctions in designated Air Quality Management Areas (AQMAs). The procurement is currently in the active stage and is structured as a selective process, with a contract value of £250,000. The tender period ends on 28 May 2021, while the contract is set to run from 9 August 2021 to 8 August 2025. Prospective suppliers can expect to provide innovative solutions regarding Traffic Management Systems and connected driving.

This tender presents significant growth opportunities for businesses adept at delivering technological solutions for environmental and traffic management. Small to medium-sized enterprises (SMEs) that specialise in air quality management, software development, or traffic control systems would be particularly well-suited to compete. Successful candidates will need to demonstrate their qualifications and experience in similar projects, as well as a robust methodology for addressing air quality issues and improving traffic flow.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

KMCIT-127 Intelligent Transport System - Air Quality

Notice Description

Kirklees Council sought tenders from suitably qualified and experienced organisations to deliver air quality improvements via technological solutions at the signalised junctions within its Air Quality Management Areas (AQMAs). We envisage that there are two key areas of work to achieve a successful outcome in this project: 1) Upgrading Traffic Management Systems (TMS) to deliver targeted improvements to air quality at specific locations, and 2) Deliver a solution for connected driving, which can prioritise specific road users and inform driver behaviour. To deliver this project, it is essential that the solution conforms to the core system requirements of the existing Kirklees Urban Traffic Control (UTC) and Urban Traffic Management and Control (UTMC) assets. The aims of this project are to: - * Provide new UTMC solutions to further improve traffic flow and reduce stop start traffic, thereby reducing emissions; * Monitor and, if possible, predict emissions that will inform the decisions for adjusting signals, based on localised conditions; * Give selective vehicle priority to certain vehicle types, especially the worst polluting; * Provide communications between systems to allow drivers to be able to navigate traffic signals and to provide them with selective priority; * Provide speed advice to connected vehicles; and * Encourage behavioural changes to drivers.

Lot Information

Lot 1

Kirklees Council sought tenders from suitably qualified and experienced organisations to deliver air quality improvements via technological solutions at the signalised junctions within its Air Quality Management Areas (AQMAs). We envisage that there are two key areas of work to achieve a successful outcome in this project: 1) Upgrading Traffic Management Systems (TMS) to deliver targeted improvements to air quality at specific locations, and 2) Deliver a solution for connected driving, which can prioritise specific road users and inform driver behaviour. To deliver this project, it is essential that the solution conforms to the core system requirements of the existing Kirklees Urban Traffic Control (UTC) and Urban Traffic Management and Control (UTMC) assets. The aims of this project are to: - * Provide new UTMC solutions to further improve traffic flow and reduce stop start traffic, thereby reducing emissions; * Monitor and, if possible, predict emissions that will inform the decisions for adjusting signals, based on localised conditions; * Give selective vehicle priority to certain vehicle types, especially the worst polluting; * Provide communications between systems to allow drivers to be able to navigate traffic signals and to provide them with selective priority; * Provide speed advice to connected vehicles; and * Encourage behavioural changes to drivers.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02aab4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022803-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90700000 - Environmental services

90731100 - Air quality management

Notice Value(s)

Tender Value
£250,000 £100K-£500K
Lots Value
£250,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Sep 20214 years ago
Submission Deadline
28 May 2021Expired
Future Notice Date
Not specified
Award Date
14 Sep 20214 years ago
Contract Period
8 Aug 2021 - 8 Aug 2025 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE COUNCIL OF THE BOROUGH OF KIRKLEES
Additional Buyers

KIRKLEES COUNCIL

Contact Name
Corporate Procurement
Contact Email
procurement@kirklees.gov.uk
Contact Phone
+44 1484221000

Buyer Location

Locality
HUDDERSFIELD
Postcode
HD1 2NF
Post Town
Huddersfield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE44 Calderdale and Kirklees
Delivery Location
TLE44 Calderdale and Kirklees

Local Authority
Kirklees
Electoral Ward
Newsome
Westminster Constituency
Huddersfield

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-h6vhtk-02aab4-2021-09-14T13:33:57+01:00",
    "date": "2021-09-14T13:33:57+01:00",
    "ocid": "ocds-h6vhtk-02aab4",
    "description": "The Contracting Authority considers that this Contract may be suitable for economic operators that are small or medium enterprises ('SMEs'). However, any selection of economic operators will be based solely on the criteria set out for the procurement, and the Contract will be awarded to the most economically advantageous tender on the basis of the award criteria within the procurement documents. The procurement documentation can be found at: https://www.yortender.co.uk.",
    "initiationType": "tender",
    "tender": {
        "id": "DN536118",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "KMCIT-127 Intelligent Transport System - Air Quality",
        "status": "cancelled",
        "classification": {
            "scheme": "CPV",
            "id": "90700000",
            "description": "Environmental services"
        },
        "mainProcurementCategory": "services",
        "description": "Kirklees Council sought tenders from suitably qualified and experienced organisations to deliver air quality improvements via technological solutions at the signalised junctions within its Air Quality Management Areas (AQMAs). We envisage that there are two key areas of work to achieve a successful outcome in this project: 1) Upgrading Traffic Management Systems (TMS) to deliver targeted improvements to air quality at specific locations, and 2) Deliver a solution for connected driving, which can prioritise specific road users and inform driver behaviour. To deliver this project, it is essential that the solution conforms to the core system requirements of the existing Kirklees Urban Traffic Control (UTC) and Urban Traffic Management and Control (UTMC) assets. The aims of this project are to: - * Provide new UTMC solutions to further improve traffic flow and reduce stop start traffic, thereby reducing emissions; * Monitor and, if possible, predict emissions that will inform the decisions for adjusting signals, based on localised conditions; * Give selective vehicle priority to certain vehicle types, especially the worst polluting; * Provide communications between systems to allow drivers to be able to navigate traffic signals and to provide them with selective priority; * Provide speed advice to connected vehicles; and * Encourage behavioural changes to drivers.",
        "value": {
            "amount": 250000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Kirklees Council sought tenders from suitably qualified and experienced organisations to deliver air quality improvements via technological solutions at the signalised junctions within its Air Quality Management Areas (AQMAs). We envisage that there are two key areas of work to achieve a successful outcome in this project: 1) Upgrading Traffic Management Systems (TMS) to deliver targeted improvements to air quality at specific locations, and 2) Deliver a solution for connected driving, which can prioritise specific road users and inform driver behaviour. To deliver this project, it is essential that the solution conforms to the core system requirements of the existing Kirklees Urban Traffic Control (UTC) and Urban Traffic Management and Control (UTMC) assets. The aims of this project are to: - * Provide new UTMC solutions to further improve traffic flow and reduce stop start traffic, thereby reducing emissions; * Monitor and, if possible, predict emissions that will inform the decisions for adjusting signals, based on localised conditions; * Give selective vehicle priority to certain vehicle types, especially the worst polluting; * Provide communications between systems to allow drivers to be able to navigate traffic signals and to provide them with selective priority; * Provide speed advice to connected vehicles; and * Encourage behavioural changes to drivers.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Methodology and Structure",
                            "type": "quality",
                            "description": "20%"
                        },
                        {
                            "name": "Experience and Delivery Team",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Performance Management",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Performance Management",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Approach to Air Quality Improvements",
                            "type": "quality",
                            "description": "15%"
                        },
                        {
                            "name": "Maintenance and Support",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "type": "price",
                            "description": "30%"
                        }
                    ]
                },
                "value": {
                    "amount": 250000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2021-08-09T00:00:00+01:00",
                    "endDate": "2025-08-08T23:59:59+01:00"
                },
                "hasRenewal": false,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Information can be found within the Procurement Documents (available to download at: https://www.yortender.co.uk/procontract/supplier.nsf)"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKE44"
                    }
                ],
                "deliveryLocation": {
                    "description": "Kirklees"
                },
                "relatedLot": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90731100",
                        "description": "Air quality management"
                    }
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.yortender.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "In accordance with: (i) Article 57 to 60 of Directive 2014/24/EU of the European Parliament and of the European Council; and (ii) Regulations 57 to 60 of the Public Contracts 2015 (SI 2015/102) (the 'Regulations'),which require or permit the contracting authority not to select or to treat as ineligible, economic operators, the contracting authority reserves the right to exclude any economic operator whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the standard selection questionnaire ('SQ') within the Tenderers' Submission Document, which is available to download at: https://www.yortender.co.uk/procontract/supplier.nsf or is available at the address set out in Sections I.1) and I.3) of this Notice above.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "See Section 4 of the SQ (available to download at: https://www.yortender.co.uk/procontract/supplier.nsf). Economic operators must be able to submit either a copy of the audited accounts for the most recent two (2) years if requested. If it cannot, then it must provide either: a) a statement of the turnover, Profit and Loss Account/ Income Statement, Balance Sheet/ Statement of Financial Position and Statement of Cash Flow for the most recent year of trading for this organisation; b) a statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position; or c) alternative means of demonstrating financial status if any of the above are not available (e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status). Economic operators must also confirm whether or not they are part of a wider group (e.g. a subsidiary of a holding/parent company), and if so must provide confirmation of: a) the name of the organisation; b) the relationship to the economic operator completing the SQ; the organisation's company accounts (if available); and confirmation on whether or not this organisation would be willing to provide a guarantee if necessary, and if not would the economic operator be able to obtain a guarantee elsewhere (e.g. from a bank) Insurance - See Section 8.1 of the SQ (available to download at: https://www.yortender.co.uk/procontract/supplier.nsf). Economic operators are asked to self-certify whether they already have, or can commit to obtain, prior to the commencement date of the Contract, the levels of insurance cover indicated below: a) Employer's (Compulsory) Liability Insurance PS10,000,000 (in relation to any one claim or series of claims); b) Public Liability Insurance, including Product Liability Insurance PS10,000,000 (in relation to any one claim or series of claims); and c) Professional Indemnity Insurance PS2,000,000 (in relation to any one claim or series of claims).",
                    "minimum": "Finance See Section 4 of the Selection Questionnaire (available to download at: https://www.yortender.co.uk/procontract/supplier.nsf ). The rationale applied will be economic operators being able to self-certify that they have an annual turnover of at least twice the estimated contract value as outlined within the Tender Documents and a positive net worth. Failure by an economic operator to supply on request either a copy of the audited accounts for the most recent two (2) years or any one of the document listed in (a) - (c) in Section 4.1 of the SQ may also result in exclusion. Further, any answers which leads the contracting authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the economic operator's ability to properly perform the Contract) that it would be inappropriate to select the economic operator on this occasion may result in exclusion. In addition, if an economic operator indicates in Section 5 of the SQ that its parent or holding company is prepared to guarantee the performance of the economic operator's company, the information provided in response to Sections 5.1 to 5.3 will be used in the financial assessment of the economic operator. Insurance - See 8.1 of the SQ (available to download at: https://www.yortender.co.uk/procontract/supplier.nsf ). Failure to indicate 'Yes' to any of the required insurances stated in Section 8.1 will result in exclusion.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-05-28T13:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-06-08T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "The contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the conclusion of the Contract is communicated to tenderers. This period allows any unsuccessful tenderer(s) to seek further debriefing from the contracting authority before the conclusion of the Contract. Such additional information should be requested from the address at I.1 of this notice. If an appeal regarding the conclusion of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had risen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been concluded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been concluded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective."
    },
    "parties": [
        {
            "id": "GB-FTS-8440",
            "name": "Kirklees Council",
            "identifier": {
                "legalName": "Kirklees Council"
            },
            "address": {
                "streetAddress": "Civic Centre 1",
                "locality": "Huddersfield",
                "region": "UK",
                "postalCode": "HD1 2NF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Corporate Procurement",
                "telephone": "+44 1484221000",
                "email": "procurement@kirklees.gov.uk",
                "url": "http://www.yortender.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.kirklees.gov.uk",
                "buyerProfile": "http://www.kirklees.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-136",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-28271",
            "name": "The Council of the Borough of Kirklees",
            "identifier": {
                "legalName": "The Council of the Borough of Kirklees"
            },
            "address": {
                "streetAddress": "Civic Centre 1",
                "locality": "Huddersfield",
                "region": "UKE44",
                "postalCode": "HD1 2NF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Corporate Procurement",
                "email": "procurement@kirklees.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.kirklees.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-28271",
        "name": "The Council of the Borough of Kirklees"
    },
    "language": "en",
    "awards": [
        {
            "id": "022803-2021-KMCIT-127 Intelligent Transport System - Air Quality-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        }
    ]
}