Notice Information
Notice Title
SCC RD - Highways Services Intelligent Traffic Systems
Notice Description
Surrey County Council ("the Council") is seeking to re-procure the contract for Supply, Installation, Commissioning, Inspection, and Maintenance of Intelligent Traffic Systems.
Lot Information
Lot 1
Surrey County Council is seeking to re-procure the contract for Supply, Installation, Commissioning, Inspection, and Maintenance of Intelligent Traffic Systems ('the Requirement'). At present, the Requirement is delivered through the two existing Traffic Control Systems Contracts. These contracts have been in place since 2017 and are currently due to expire in April 2022. While these have been successful contracts, SCC recognise that there is an opportunity to build upon these successes and take steps to maximise the opportunities available to both the Council and the appointed supplier. The Council operate and maintain approximately 800 intelligent transport assets, comprising of signal-controlled junctions, signal-controlled crossings, Fire Station Wig-wags, car park equipment, variable message signs, rising bollards and C.C.T.V. cameras. The Council operates a whole life asset management programme and is currently expecting to spend approximately PS5,000,000.00 per annum on its intelligent transport systems. In order to maximise the success of this contract, the Council will need to put in place a contract which provides the appointed supplier with further opportunities to deliver innovative services which may change the way in which the contract is delivered in the future. SCC therefore plan to encourage the successful bidder to work together with the Council and its partner organisations to innovate and enable the results to be implemented. For example, the Council are currently considering how greater use of technology may improve service delivery, how other services can be delivered in an innovative way via the appointed supplier and putting in place a mechanism which encourages the supplier to approach the Council with new ideas which can actually be implemented.
Options: The contract shall include options to facilitate the delivery of innovative and/or transformative services connected to the subject-matter of the 'core' services to be delivered.
Renewal: It is anticipated that the contract term will be a maximum of 10 years (i.e. 6 year initial term plus options to extend for two 2-year periods thereafter).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02cf91
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/005733-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
45 - Construction work
50 - Repair and maintenance services
63 - Supporting and auxiliary transport services; travel agencies services
-
- CPV Codes
34923000 - Road traffic-control equipment
34996100 - Traffic lights
45233294 - Installation of road signals
45316212 - Installation of traffic lights
50232000 - Maintenance services of public-lighting installations and traffic lights
63712700 - Traffic control services
Notice Value(s)
- Tender Value
- £50,000,000 £10M-£100M
- Lots Value
- £50,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £35,045,565 £10M-£100M
Notice Dates
- Publication Date
- 2 Mar 20223 years ago
- Submission Deadline
- 20 Sep 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 17 Jan 20224 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SURREY COUNTY COUNCIL
- Contact Name
- Rob Davis
- Contact Email
- robert.davis@surreycc.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- REIGATE
- Postcode
- RH2 8EF
- Post Town
- Redhill
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ26 East Surrey
- Delivery Location
- TLJ2 Surrey, East and West Sussex
-
- Local Authority
- Reigate and Banstead
- Electoral Ward
- South Park & Woodhatch
- Westminster Constituency
- Reigate
Further Information
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-h6vhtk-02cf91-2022-03-02T15:16:23Z",
"date": "2022-03-02T15:16:23Z",
"ocid": "ocds-h6vhtk-02cf91",
"description": "Selection Questionnaire responses and tenders are to be completed electronically using the SE Shared Services Procurement eSourcing portal https://www.sesharedservices.org.uk/esourcing/opportunities). The SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates should register their organisation on the SE Shared Services portal. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. The Council reserves the right at any time to: (i) reject any or all responses and to cancel or withdraw this procurement at any stage; (ii) award a contract without prior notice; (iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; (iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); (v) terminate the procurement process; and (vi) amend the terms and conditions of the selection and evaluation process. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received. In relation to Section II.2.10, variant bids may be accepted by the Council. However, this will only be in circumstances where the form and content of the variant has been approved by the Council in advance.",
"initiationType": "tender",
"tender": {
"id": "DN1248",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "SCC RD - Highways Services Intelligent Traffic Systems",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
"mainProcurementCategory": "goods",
"description": "Surrey County Council (\"the Council\") is seeking to re-procure the contract for Supply, Installation, Commissioning, Inspection, and Maintenance of Intelligent Traffic Systems.",
"value": {
"amount": 50000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Surrey County Council is seeking to re-procure the contract for Supply, Installation, Commissioning, Inspection, and Maintenance of Intelligent Traffic Systems ('the Requirement'). At present, the Requirement is delivered through the two existing Traffic Control Systems Contracts. These contracts have been in place since 2017 and are currently due to expire in April 2022. While these have been successful contracts, SCC recognise that there is an opportunity to build upon these successes and take steps to maximise the opportunities available to both the Council and the appointed supplier. The Council operate and maintain approximately 800 intelligent transport assets, comprising of signal-controlled junctions, signal-controlled crossings, Fire Station Wig-wags, car park equipment, variable message signs, rising bollards and C.C.T.V. cameras. The Council operates a whole life asset management programme and is currently expecting to spend approximately PS5,000,000.00 per annum on its intelligent transport systems. In order to maximise the success of this contract, the Council will need to put in place a contract which provides the appointed supplier with further opportunities to deliver innovative services which may change the way in which the contract is delivered in the future. SCC therefore plan to encourage the successful bidder to work together with the Council and its partner organisations to innovate and enable the results to be implemented. For example, the Council are currently considering how greater use of technology may improve service delivery, how other services can be delivered in an innovative way via the appointed supplier and putting in place a mechanism which encourages the supplier to approach the Council with new ideas which can actually be implemented.",
"value": {
"amount": 50000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": true,
"renewal": {
"description": "It is anticipated that the contract term will be a maximum of 10 years (i.e. 6 year initial term plus options to extend for two 2-year periods thereafter)."
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "The contract shall include options to facilitate the delivery of innovative and/or transformative services connected to the subject-matter of the 'core' services to be delivered."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50232000",
"description": "Maintenance services of public-lighting installations and traffic lights"
},
{
"scheme": "CPV",
"id": "34996100",
"description": "Traffic lights"
},
{
"scheme": "CPV",
"id": "45233294",
"description": "Installation of road signals"
},
{
"scheme": "CPV",
"id": "45316212",
"description": "Installation of traffic lights"
},
{
"scheme": "CPV",
"id": "63712700",
"description": "Traffic control services"
}
],
"deliveryAddresses": [
{
"region": "UKJ2"
},
{
"region": "UKJ2"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.sesharedservices.org.uk/esourcing",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "The appointed supplier will be required to actively participate in the achievement of social and/or environmental objectives. Accordingly, contract performance conditions will relate in particular to social, environmental or other corporate social responsibility considerations. Further details can be found in the procurement documents and the contract.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-09-20T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2021-09-20T12:00:00+01:00"
},
"bidOpening": {
"date": "2021-09-20T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Precise information on deadline(s) for review procedures: Any appeals should be promptly brought to the attention of the Executive Director of ETI of the Council at the address specified in Section I) above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the time-scales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015. In accordance with such Regulations, the Council will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "The procurement documents are available for unrestricted and full direct access, free of charge, at www.sesharedservices.org.uk/esourcing Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via www.sesharedservices.org.uk/esourcing"
},
"newValue": {
"text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://supplierlive.proactisp2p.com/ Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://supplierlive.proactisp2p.com/"
},
"where": {
"section": "I.3",
"label": "I.3) Communication"
}
},
{
"oldValue": {
"text": "www.sesharedservices.org.uk/esourcing"
},
"newValue": {
"text": "https://supplierlive.proactisp2p.com/"
},
"where": {
"section": "I.1",
"label": "Buyer's address"
}
},
{
"oldValue": {
"text": "Selection Questionnaire responses and tenders are to be completed electronically using the SE Shared Services Procurement eSourcing portal https://www.sesharedservices.org.uk/esourcing/opportunities). The SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates should register their organisation on the SE Shared Services portal. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. The Council reserves the right at any time to: (i) reject any or all responses and to cancel or withdraw this procurement at any stage; (ii) award a contract without prior notice; (iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; (iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); (v) terminate the procurement process; and (vi) amend the terms and conditions of the selection and evaluation process. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received. In relation to Section II.2.10, variant bids may be accepted by the Council. However, this will only be in circumstances where the form and content of the variant has been approved by the Council in advance."
},
"newValue": {
"text": "Selection Questionnaire responses and tenders are to be completed electronically using the Proactis Supplier Network https://supplierlive.proactisp2p.com/). The Proactis Supplier Network provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The network allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates should register their organisation on the Proactis Supplier Network. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. The Council reserves the right at any time to: (i) reject any or all responses and to cancel or withdraw this procurement at any stage; (ii) award a contract without prior notice; (iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; (iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); (v) terminate the procurement process; and (vi) amend the terms and conditions of the selection and evaluation process. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received. In relation to Section II.2.10, variant bids may be accepted by the Council. However, this will only be in circumstances where the form and content of the variant has been approved by the Council in advance"
},
"where": {
"section": "VI.3",
"label": "VI.3) Additional information"
}
}
]
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"text": "In relation to Section II.2.10, variant bids may be accepted by the Council. However, this will only be in circumstances where the form and content of the variant has been approved by the Council in advance."
},
"newValue": {
"text": "In relation to Section II.2.10, variant bids will not be accepted."
},
"where": {
"section": "VI.3"
}
},
{
"oldValue": {
"text": "Variants will be accepted: Yes"
},
"newValue": {
"text": "Variants will be accepted: No"
},
"where": {
"section": "II.2.10"
}
}
]
},
{
"id": "3",
"unstructuredChanges": [
{
"oldValue": {
"text": "The procurement documents are available for unrestricted and full direct access, free of charge, at www.sesharedservices.org.uk/esourcing Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via www.sesharedservices.org.uk/esourcing"
},
"newValue": {
"text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://supplierlive.proactisp2p.com/ Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://supplierlive.proactisp2p.com/"
},
"where": {
"section": "I.3",
"label": "I.3) Communication"
}
},
{
"oldValue": {
"text": "www.sesharedservices.org.uk/esourcing"
},
"newValue": {
"text": "https://supplierlive.proactisp2p.com/"
},
"where": {
"section": "I.1",
"label": "Buyer's address"
}
},
{
"oldValue": {
"text": "Selection Questionnaire responses and tenders are to be completed electronically using the SE Shared Services Procurement eSourcing portal https://www.sesharedservices.org.uk/esourcing/opportunities). The SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates should register their organisation on the SE Shared Services portal. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. The Council reserves the right at any time to: (i) reject any or all responses and to cancel or withdraw this procurement at any stage; (ii) award a contract without prior notice; (iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; (iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); (v) terminate the procurement process; and (vi) amend the terms and conditions of the selection and evaluation process. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received. In relation to Section II.2.10, variant bids may be accepted by the Council. However, this will only be in circumstances where the form and content of the variant has been approved by the Council in advance."
},
"newValue": {
"text": "Selection Questionnaire responses and tenders are to be completed electronically using the Proactis Supplier Network https://supplierlive.proactisp2p.com/). The Proactis Supplier Network provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The network allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates should register their organisation on the Proactis Supplier Network. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. The Council reserves the right at any time to: (i) reject any or all responses and to cancel or withdraw this procurement at any stage; (ii) award a contract without prior notice; (iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; (iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); (v) terminate the procurement process; and (vi) amend the terms and conditions of the selection and evaluation process. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received. In relation to Section II.2.10, variant bids may be accepted by the Council. However, this will only be in circumstances where the form and content of the variant has been approved by the Council in advance"
},
"where": {
"section": "VI.3",
"label": "VI.3) Additional information"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-6907",
"name": "Surrey County Council",
"identifier": {
"legalName": "Surrey County Council"
},
"address": {
"streetAddress": "Woodhatch Place, 11 Cockshot Hill",
"locality": "Reigate",
"region": "UKJ2",
"postalCode": "RH2 8EF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Rob Davis",
"email": "Robert.davis@surreycc.gov.uk",
"url": "http://www.sesharedservices.org.uk/esourcing"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.surreycc.gov.uk",
"buyerProfile": "https://supplierlive.proactisp2p.com/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-3462",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079477882"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-28373",
"name": "Surrey County Council",
"identifier": {
"legalName": "Surrey County Council"
},
"address": {
"locality": "Reigate",
"region": "UKJ2",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "robert.davis@surreycc.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.surreycc.gov.uk"
}
},
{
"id": "GB-FTS-42141",
"name": "Siemens Mobility Limited",
"identifier": {
"legalName": "Siemens Mobility Limited",
"id": "00016033"
},
"address": {
"streetAddress": "Euston House, 24 Eversholt Street,",
"locality": "London",
"region": "UKI",
"postalCode": "NW1 1AD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-6907",
"name": "Surrey County Council"
},
"language": "en",
"awards": [
{
"id": "005733-2022-1",
"relatedLots": [
"1"
],
"title": "SCC RD - Highways Services Intelligent Traffic Systems",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-42141",
"name": "Siemens Mobility Limited"
}
]
}
],
"contracts": [
{
"id": "005733-2022-1",
"awardID": "005733-2022-1",
"title": "SCC RD - Highways Services Intelligent Traffic Systems",
"status": "active",
"value": {
"amount": 35045565,
"currency": "GBP"
},
"dateSigned": "2022-01-17T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 3
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}