Notice Information
Notice Title
SCC - DM- Provision of Berkshire Intelligent Transport Systems (ITS)
Notice Description
Reading Borough Council ("the Council") on behalf of Berkshire Local Authorities is seeking to procure the contract for Supply, Installation, Commissioning, Inspection, and Maintenance of Intelligent Traffic Systems on behalf of Berkshire Local Authorities Reading Borough Council, West Berkshire District Council, Bracknell Forest Borough Council, Wokingham Borough Council & Slough Borough Council).
Lot Information
Lot 1
Surrey County Council on behalf of Reading Borough Council and Berkshire Local Authorities are looking to contract for a provider for their Intelligent Transport Systems (ITS). The purpose of the Intelligent Transport Systems (ITS) term contract is to provide an effective use of resources in the delivery of high quality, best value public service. The Local Transport Plan outlines vehicle infrastructure that will make it easier for residents to make healthy choices, and feel the benefits of clean, green neighbourhoods. To make travel more secure, safe and comfortable for all users of the public highway network and to provide conditions that are as safe as reasonably practical having regards to financial constraints and our statutory duties. Full details are available on the ITT Guidance & Information document within the document section. Additional information: Orbis procurement partnership will be running an open tender, on behalf of the Berkshire Local Authorities. The Contracting authority will be Reading Borough Council.
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. 5 year initial term plus options to extend for two 2-year & 2 Years and then 1 year thereafter).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0422a5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/036170-2023
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
-
- CPV Codes
34923000 - Road traffic-control equipment
Notice Value(s)
- Tender Value
- £25,000,000 £10M-£100M
- Lots Value
- £25,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Dec 20232 years ago
- Submission Deadline
- 5 Feb 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- READING BOROUGH COUNCIL
- Contact Name
- David Mellor
- Contact Email
- david.mellor@surreycc.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- READING
- Postcode
- RG1 2LU
- 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)
- TLJ16 Berkshire West
- Delivery Location
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
-
- Local Authority
- Reading
- Electoral Ward
- Abbey
- Westminster Constituency
- Reading Central
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-0422a5-2023-12-08T10:23:50Z",
"date": "2023-12-08T10:23:50Z",
"ocid": "ocds-h6vhtk-0422a5",
"description": "Selection Questionnaire responses and tenders are to be completed electronically using the Proactis Supplier Network (the Portal) https://supplierlive.proactisp2p.com The 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 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.",
"initiationType": "tender",
"tender": {
"id": "DN2571",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "SCC - DM- Provision of Berkshire Intelligent Transport Systems (ITS)",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
"mainProcurementCategory": "goods",
"description": "Reading Borough Council (\"the Council\") on behalf of Berkshire Local Authorities is seeking to procure the contract for Supply, Installation, Commissioning, Inspection, and Maintenance of Intelligent Traffic Systems on behalf of Berkshire Local Authorities Reading Borough Council, West Berkshire District Council, Bracknell Forest Borough Council, Wokingham Borough Council & Slough Borough Council).",
"value": {
"amount": 25000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Surrey County Council on behalf of Reading Borough Council and Berkshire Local Authorities are looking to contract for a provider for their Intelligent Transport Systems (ITS). The purpose of the Intelligent Transport Systems (ITS) term contract is to provide an effective use of resources in the delivery of high quality, best value public service. The Local Transport Plan outlines vehicle infrastructure that will make it easier for residents to make healthy choices, and feel the benefits of clean, green neighbourhoods. To make travel more secure, safe and comfortable for all users of the public highway network and to provide conditions that are as safe as reasonably practical having regards to financial constraints and our statutory duties. Full details are available on the ITT Guidance & Information document within the document section. Additional information: Orbis procurement partnership will be running an open tender, on behalf of the Berkshire Local Authorities. The Contracting authority will be Reading Borough Council.",
"value": {
"amount": 25000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "It is anticipated that the contract term will be a maximum of 10 years (i.e. 5 year initial term plus options to extend for two 2-year & 2 Years and then 1 year thereafter)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"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": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
}
],
"deliveryAddresses": [
{
"region": "UKJ1"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://supplierlive.proactisp2p.com/",
"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
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-02-05T14:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2024-02-05T14:00:00Z"
},
"bidOpening": {
"date": "2024-02-05T14:00:00Z"
},
"hasRecurrence": false,
"reviewDetails": "Precise information on deadline(s) for review procedures: Any appeals should be promptly brought to the attention 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."
},
"parties": [
{
"id": "GB-FTS-100259",
"name": "Reading Borough Council",
"identifier": {
"legalName": "Reading Borough Council"
},
"address": {
"streetAddress": "RG1 2LU",
"locality": "Reading",
"region": "UKJ1",
"postalCode": "RG1 2LU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "David Mellor",
"email": "David.Mellor@surreycc.gov.uk",
"url": "https://supplierlive.proactisp2p.com/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.reading.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"
]
}
],
"buyer": {
"id": "GB-FTS-100259",
"name": "Reading Borough Council"
},
"language": "en"
}