Traffic Management Orders
A Tender Notice
by WESTMINSTER CITY COUNCIL
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 7 year
- Value
- 2M
- Sector
- TRANSPORT
- Published
- 25 May 2022
- Delivery
- To 03 Jul 2029 (est.)
- Deadline
- 04 Jul 2022 12:00
Concepts
Location
London
2 buyers
- Westminster City Council London
Description
The Traffic Management Order (TMO) contract is part of a suite of Contracts that cover the design, delivery and maintenance of Highways assets. The TMO contract supports the delivery of public realm, safety and developer schemes amongst others covering changes to Carriageways, Footways, Lighting, Drainage, Bridges and other Structures. The work under this Contract comprises the provision of an integrated service comprising of but not limited to: — Order making of permanent and temporary traffic orders including, consultation, advertising and mapping, — Professional advice on traffic management regulations, signs and compliance, — Order Amendments for parking designations, — Traffic Orders for Projects carried by third parties e.g. developers, — Maintenance of the WCC owned “Parkmap” System and Supply of Traffic Survey Data, and any replacement /additional IT systems, — To provide, support and maintain systems used by both supplier and client to support the delivery of services as required.
Total Quantity or Scope
The Traffic Management Order Service Provider will be required to provide its services to other contracts procured in respect of highways maintenance and transportation related services and / or works. These are Highways Management and Transportation Projects, Public Lighting Management, Electrical and Mechanical Services and Bridges & Structures Management Contracts for any projects undertaken, these include: — Traffic, Safety and Parking related Projects, — Highway and public lighting Improvements (development related), — Public Realm Improvements, — Security Projects. A full description can be found in the Service Specification please see documents attached to the opportunity on Capital E Sourcing ref prj_WCC_20124
CPV Codes
- 71311210 - Highways consultancy services
- 63712700 - Traffic control services
- 63712710 - Traffic monitoring services
Indicators
- Bids should cover the whole contract.
- Renewals are not available.
- Award on basis of price and quality.
Other Information
This opportunity and all associated procurement documents will be accessible via our e-sourcing portal, kindly visit; www.capitalesourcing.com and search for the following reference: prj_WCC_20124 - Traffic Management Orders. If you have any questions, please submit these through the e-tendering portal (“the Portal”) Our e-sourcing portal site is free to register on. To view details of the Opportunity via the Portal please click the following link and enter your Username and Password: https://www.capitalesourcing.com/web/login.shtml Or browse as follows: - Connect to https://www.capitalesourcing.com - Enter your Username and Password - Go to Published Opportunities - Click on the Project Title 'Community Equipment Consortium ITT' to view details. Confidential Data Pack Information In order to protect the confidential nature of the additional data pack information, the Authority will provide restricted access to Candidates using PowerBi via the following link: Tender Data Pack - Power BI Candidates are required to have an Office 365 package that includes the PowerBI service app in order to access the additional data pack information. Candidates can request access to the abovementioned information by following the instructions below: 1. Candidates will need to message the Authority via the Portal and provide their email address corresponding with their bidding organisation in order to gain access. 2. Upon receipt of the above request, the Authority will provide access to the Tender Data Pack to the Candidate making the request. 3. If Candidates have a question or experience any issues in accessing the Tender Data Pack information, please use the Portal’s messaging facility. The Tender Data Pack contains confidential and commercially sensitive information. Candidates are referred to Appendix 1 (Procurement Conditions) in relation to the handling/use of this information. Bid submissions must be by way of completion and return of the three Envelopes referred to in the Invitation to Tender (“ITT”) document (in accordance with the requirements set out in the ITT) by the date and time specified in Section IV.2.2. The Authority reserves the right not to accept submissions that are received after the deadline. Candidates are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time. Candidates are responsible for their own costs in relation to this procurement process. The Authority reserves the right to cancel the procurement procedure at any point and shall have no liability to candidates whatsoever in respect of any costs incurred by candidates in participating in the tender process. Candidates should note that the Authority gives no warranty or guarantee of any value or number of call-off contracts awarded under the Framework. Continued from IV.1.3 - In making this decision the Authority has also considered the level of investment to be made by the successful bidder in warehousing, logistics, maintaining equipment stock levels and recycling life-cycle model, so the longer term enables bidders to achieve a greater return in investment and potentially more favourable leasing options.
Reference
- FTS 014607-2022