Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Highways Electrical Products
Reference number: DN371891
II.1.2)Main CPV code34996000
II.1.3)Type of contractSupplies
II.1.4)Short description:
CORSERV Ltd on behalf of Via East Midlands Ltd wishes to appoint suitably qualified and experienced suppliers to provide highways electrical products. The procurement will be divided into lots. Tenderers can bid for one or more lots, but for each lot being bid for, Tenderers must be able to supply the full list of the products contained in the respective Lot pricing schedule. The intention is for each lot to be awarded to between 1 and 2 suppliers, the second supplier being a backup provider. Potential suppliers must be able to demonstrate that they are able to supply highways electrical products at the costs, quality, quantity and specification Via East Midlands Ltd requires, and to promote the best possible standards within a supplier and customer relationship.
II.1.5)Estimated total valueValue excluding VAT: 1 360 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Above Ground Detection Equipment
Lot No: 1
II.2.2)Additional CPV code(s)34996000
II.2.3)Place of performanceNUTS code: UKF
Main site or place of performance:
The county of Nottinghamshire.
II.2.4)Description of the procurement:
The supply of above ground pedestrian and vehicle detection equipment and nearside pedestrian displays.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 600 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
2A Non-Illuminated Bollards and 2B Illuminated Bollards with LED Bases
Lot No: 2
II.2.2)Additional CPV code(s)34928450
II.2.3)Place of performanceNUTS code: UKF
Main site or place of performance:
The county of Nottinghamshire.
II.2.4)Description of the procurement:
Lot 2A: The supply of non-illuminated bollards
Lot 2B: The supply of illuminated bollards and LED base light units.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 200 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)34992000
II.2.3)Place of performanceNUTS code: UKF
Main site or place of performance:
The county of Nottinghamshire.
II.2.4)Description of the procurement:
The supply of external lights for highway sign plates.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 200 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Street Lighting and Traffic Signal Cable
Lot No: 4
II.2.2)Additional CPV code(s)34990000
II.2.3)Place of performanceNUTS code: UKF
Main site or place of performance:
The county of Nottinghamshire.
II.2.4)Description of the procurement:
The supply of street lighting and traffic signal cable to various specifications.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 320 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)34990000
II.2.3)Place of performanceNUTS code: UKF
Main site or place of performance:
The county of Nottinghamshire.
II.2.4)Description of the procurement:
The supply of street lighting and standard feeder pillars, including pillar shells and distribution boards.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 40 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
In the case of framework agreements, provide justification for any duration exceeding 4 years:
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 07/03/2019
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 07/03/2019
Local time: 15:05
Place:
Information about authorised persons and opening procedure:
Group procurement manager via the Proactis eTendering system.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyCorserv Ltd
Higher Trenant Road
Wadebridge
PL27 6TW
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:31/01/2019