Supporting and auxiliary transport services; travel agencies services (№11442739)

06 dec

Number: 11442739

Country: United Kingdom

Source: TED


Link to original

To view links to the source need to register

Publication date


06-12-2018

Description


  1. Section I
    1. Name and addresses
      Leicestershire County Council
      Croft Depot, Arbor Road
      Croft
      LE9 3GE
      United Kingdom
      E-mail: [email protected]
    2. Type of the contracting authority:
      Regional or local authority
    3. Main activity:
      General public services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Temporary Traffic Management Contract 2019

        Reference number: DN365250
      2. Main CPV code:
        63000000, 63712000
      3. Type of contract:
        Services
      4. Short description:

        Leicestershire County Council and Leicester City Council (the Employer) is seeking to identify and appoint a Contractor to provide a Temporary Traffic Management service to support the Employers in house operational teams and other third party contractors employed on programmed work.

        The anticipated starting date of the contract is the 1.1.2019.

      5. Information about lots:
        This contract is divided into lots: no
      6. Total value of the procurement:
        Value excluding VAT: 2 000 000.00 GBP
    2. Description
      1. Title:
      2. Additional CPV code(s):
        63712000
      3. Place of performance:
      4. Description of the procurement:

        The service involves the provision of temporary Traffic Management teams and equipment as agreed in advance with the employer to install, maintain and remove temporary traffic management on the employer’s network.

        The Contractor supports the operation of the employer’s in house operational teams and other third party contractors employed on programmed work with the provision of temporary traffic management.

        Temporary Traffic Management teams work so as to provide safe access and egress to the works and safe working zone for other teams.

        The service includes providing temporary Traffic Management teams during the normal working day, Saturdays, Sundays and night times for programmed work.

        Attendance at emergency incidents during the normal working day may be required by re-directing teams already working for the employer on other work.

        The Contractor may be required to provide temporary traffic management designs for non-standard traffic management layouts. The Contractor is not responsible for designing the permanent works.

        For work of longer than 1 day duration the Contractor inspects and maintains the traffic management in accordance with the regime agreed with the employer.

        The employer generally requires traffic management teams to be provided for a 10 hour period — this allows sufficient time for the traffic management to be established and removed and still provide a normal working window for the employer.

        Stop go teams are generally provided for just an 8 hour working period. This allows sufficient time for the teams to be on site or in the employers depots to receive instruction and still provide traffic management to suit the employers working day which 7,5 hours Monday to Thursday and 7 hours on Friday.

      5. Award criteria:
        Quality criterion - Name: Quality / Weighting: 25 %
        Quality criterion - Name: Social value / Weighting: 5 %
        Price - Weighting: 70 %
      6. Information about options:
        Options: yesDescription of options:

        The proposed contract period is 2 years with potential extensions of a further 2 years in 1 year increments subject to performance making a potential 4-year contract period in total.

      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
        Open procedure
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2018/S 177-401324
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Award of contract
      1. Date of conclusion of the contract: 2018-12-04
      2. Information about tenders:
        Number of tenders received: 14
        Number of tenders received from SMEs: 8
        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: 14
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        Colas Ltd
        2644726
        Wallage Lane, Rowfant
        Crawley
        RH10 4NF
        United Kingdom
        Telephone: +44 1914146511
        E-mail: [email protected]
        The contractor is an SME: no
      4. Information on value of the contract/lot (excluding VAT):

        Total value of the contract/lot: 2 000 000.00 GBP
      5. Information about subcontracting:

  5. Section VI
    1. Additional information
    2. Procedures for review
      1. Review body
        Royal Courts of Justice
        The Strand
        London
        WC2A 2LL
        United Kingdom
      2. Body responsible for mediation procedures

      3. Service from which information about the review procedure may be obtained

        Leicestershire County Council (LCC) will incorporate a minimum 10 calendar days standstill period at the point of information on the award of the contract, as communicated to tenderers. Applicants who are unsuccessful shall be informed by LCC as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.


    3. Date of dispatch of this notice
      2018-12-05