Skip to main content.

ARCHIVED USERS: Provision of Traffic Management Service

  ARCHIVED USERS is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of Traffic Management Service
Notice type: Contract Notice - Utilities
Authority: ARCHIVED USERS
Nature of contract: Services
Procedure: Negotiated with competition
Short Description: Scottish Water requires traffic management services to support its Capital Investment/ maintenance and Operational programmes of work. The requirement is to provide a 24 hr per day 7 day per week service and the traffic management contractors must be able to fully support that requirement. Emergency response is requirement to be on site within 2 hours for make safe requests including those reported by Roads Authorities and Police. This service will include design and provision of signs, lighting, barriers, traffic lights, pedestrian lights, walkways, cones, etc. and installation, maintenance, adjustment and removal of equipment . The estimated total value range of the contract from 2021 – 2029 is £67.42M to £118M. This is split as an estimated annual value range of £8M to £14M for 2021 to 2027, increasing to an estimated annual value range of £9.71M to £17M for 2027 to 2029. Refer to document ‘SW19INF1214 – Procurement Scope & PQQ Weightings’ to read the full scope of the procurement
Published: 04/05/2020 12:05
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Glasgow: Traffic control services.
Section I: Contracting Authority
      I.1) Name and addresses
             Scottish Water
             6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
             Tel. +44 7483976574, Email: kathleen.gay@scottishwater.co.uk
             Contact: Scottish Water
             Main Address: https://www.scottishwater.co.uk, Address of the buyer profile: https://www.scottishwater.co.uk
             NUTS Code: UKM
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Traffic-control-services./62H33726ZD
      Additional information can be obtained from: address as in Annex A.I:
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided

      I.6) Main activity:
            Water

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Provision of Traffic Management Service       
      Reference Number: SW19/INF/1214
      II.1.2) Main CPV Code:
      63712700 - Traffic control services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Scottish Water requires traffic management services to support its Capital Investment/ maintenance and Operational programmes of work. The requirement is to provide a 24 hr per day 7 day per week service and the traffic management contractors must be able to fully support that requirement. Emergency response is requirement to be on site within 2 hours for make safe requests including those reported by Roads Authorities and Police. This service will include design and provision of signs, lighting, barriers, traffic lights, pedestrian lights, walkways, cones, etc. and installation, maintenance, adjustment and removal of equipment . The estimated total value range of the contract from 2021 – 2029 is £67.42M to £118M. This is split as an estimated annual value range of £8M to £14M for 2021 to 2027, increasing to an estimated annual value range of £9.71M to £17M for 2027 to 2029. Refer to document ‘SW19INF1214 – Procurement Scope & PQQ Weightings’ to read the full scope of the procurement       
      II.1.5) Estimated total value:
      Value excluding VAT: 118,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
   
      
      II.2.2) Additional CPV codes:
      34996100 - Traffic lights.
      45316212 - Installation of traffic lights.
      71322500 - Engineering design services for traffic installations.
      
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: Scottish Water requires traffic management contractors to support its Capital Investment/ maintenance and Operational programmes of work. The requirement is to provide a 24 hr per day 7 day per week service and the traffic management contractors must be able to fully support that requirement. Emergency response is requirement to be on site within 2 hours for make safe requests including those reported by Roads Authorities and Police. This service will include design, liaison with local authorities/ customers/ other interested parties. Provision of signs, lighting, barriers, traffic lights, pedestrian lights, walkways, cones, etc. and installation, maintenance, adjustment and removal of Traffic Management.Contractors will be allocated regional areas dependent upon PQQ and ITN assessments. Allocation may also be related to contractors available resources and capabilities to support the planned (generally capital projects) and reactive (generally operational jobs).The requirement to meet operational response times is essential and will be included in PQQ and ITN assessments. This may have an impact upon framework awards where locally based contractors may be awarded reactive work in order to meet response times. The advert is for a “Pan Scotland” requirement. However, subject to notes of interest received Scottish Water reserves the right to remove some locations from the scope of work and deliver via alternative means. For example, work in the islands may be delivered via local contractors engaged through the Regional Contractor Services framework (replacement for the rural framework) or engaged via Capital Alliance/Operational Alliance contractors. The contractor will prepare designs including options for consideration in compliance with Client’s timescales and shall consult with Trunk Road Contractors or Local Authorities to ensure all relevant design issues are resolved. The contractor shall seek to achieve cost saving’s via design initiatives and innovations in collaboration with Client. Compliance with planned start and completion dates will be subject to KPI & KPC monitoring/ root cause analysis/ improvement measures. Delays, amendments or any other changes shall be dealt with in accordance with early warning/ compensation event (+/-) process and procedures. Impact of change shall be minimised or avoided wherever possible by Traffic Management Contractor. Contractors will collaborate and integrate with Scottish Water, Partners and Contractors to ensure that work is being designed, planned and completed to the best possible effect. This may include measures such as key nominated persons from the Traffic Management Contractor(s) working directly with the design and planning teams. This will include integration with Scottish Water and delivery partners IT systems as required.
The estimated total value of the contract (including extensions) from 2021 – 2029 is £67.42M to £118M. This is split as an estimated annual value range of £8M to £14M for 2021 to 2027, increasing to an estimated annual value range of £9.71M to £17M for 2027 to 2029.
Please refer to the document ‘SW19INF1214 – Procurement Scope & PQQ Weightings’ to read the full scope of the procurement.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 118,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: Yes       
      Description of renewals: The initial term of the framework will be 6 years from 2021 - 2027 with the option to extend thereafter for 2 x 12 months from 2027 - 2029
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The PQQ documents can also be accessed by logging in through the Scottish Water Delta E-sourcing webpage https://scottishwater.delta-esourcing.com and through the 'Response Manager' section using the following Access Code: 62H33726ZD       
   


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
      List and brief description of conditions:          
      Contractors must have operatives to work on this framework who hold the following qualifications/certifications:
- National Highways Sector Scheme (NHSS) 12 - LANTRA (National Training Organisation for the Land Based Industries)
- Streetworks Qualification Register (SWQR) - Code of Practice training the minimum standard required is:
(i) For an Operative - Module 002 Signing Lighting and Guarding
(ii) For a Supervisor - Module 010 Monitoring Signing, Lighting and Guarding
Note = these requirements may become more onerous due to legislative changes    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.4) Objective rules and criteria for participation
            Not Provided      
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      III.1.6) Deposits and guarantees required:
      Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security    
      III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      All prices quoted shall be in Sterling (UK) and all payments shall be made in Sterling (UK). Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of contract   
      III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      In the event of a group of companies submitting an accepted offer it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      Bidders must comply with the Modern Slavery Act and operate an ethical supply chain          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
   
Section IV: Procedure
   IV.1) Description NEGOTIATED_WITH_COMPETITION
      IV.1.1) Type of procedure: Competitive procedure with negotiation   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided                     
         In the case of framework agreements justification for any duration exceeding 8 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 01/06/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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 tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: Scottish Water will not accept the ESPD. We will only accept a Scottish Water PQQ document. This notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the OJEU Notice will be evaluated and only successful applicants following the PQQ evaluation will be invited to submit a Tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting exercise may risk elimination.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Traffic-control-services./62H33726ZD

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/62H33726ZD
   VI.4) Procedures for review
   VI.4.1) Review body:
             Scottish Water
       6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
       Tel. +44 7483976574, Email: kathleen.gay@scottishwater.co.uk
   VI.4.2) Body responsible for mediation procedures:
             Scottish Water
          6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
          Tel. +44 7483976574, Email: kathleen.gay@scottishwater.co.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 04/05/2020

Annex A
   I) Addresses and contact points from which further information can be obtained:
       Scottish Water
       6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
       Tel. +44 7483976574, Email: kathleen.gay@scottishwater.co.uk
       Main Address: http://www.scottishwater.co.uk
       NUTS Code: UKM   


View any Notice Addenda

UK-Glasgow: Traffic control services.

Section I: Contracting Entity

   I.1) Name, Addresses and Contact Point(s):
             Scottish Water
             6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
             Tel. +44 7483976574, Email: kathleen.gay@scottishwater.co.uk
             Contact: Scottish Water
             Main Address: https://www.scottishwater.co.uk, Address of the buyer profile: https://www.scottishwater.co.uk
             NUTS Code: UKM

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.6) Main activity:
      Water



Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Provision of Traffic Management Service            
      Reference number: SW19/INF/1214

      II.1.2) Main CPV code:
         63712700 - Traffic control services.
      

      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Scottish Water requires traffic management services to support its Capital Investment/ maintenance and Operational programmes of work. The requirement is to provide a 24 hr per day 7 day per week service and the traffic management contractors must be able to fully support that requirement. Emergency response is requirement to be on site within 2 hours for make safe requests including those reported by Roads Authorities and Police. This service will include design and provision of signs, lighting, barriers, traffic lights, pedestrian lights, walkways, cones, etc. and installation, maintenance, adjustment and removal of equipment . The estimated total value range of the contract from 2021 – 2029 is £67.42M to £118M. This is split as an estimated annual value range of £8M to £14M for 2021 to 2027, increasing to an estimated annual value range of £9.71M to £17M for 2027 to 2029. Refer to document ‘SW19INF1214 – Procurement Scope & PQQ Weightings’ to read the full scope of the procurement

      II.1.6) Information about lots
         This contract is divided into lots: No

      
   II.2) Description

      II.2.1) Title: Not Provided       
      Lot No: Not Provided

      II.2.2) Additional CPV code(s):
            34996100 - Traffic lights.
            45316212 - Installation of traffic lights.
            71322500 - Engineering design services for traffic installations.


      II.2.3) Place of performance
      Nuts code:
      UKM - SCOTLAND
   
      Main site or place of performance:
      SCOTLAND
             

      II.2.4) Description of the procurement: Scottish Water requires traffic management contractors to support its Capital Investment/ maintenance and Operational programmes of work. The requirement is to provide a 24 hr per day 7 day per week service and the traffic management contractors must be able to fully support that requirement. Emergency response is requirement to be on site within 2 hours for make safe requests including those reported by Roads Authorities and Police. This service will include design, liaison with local authorities/ customers/ other interested parties. Provision of signs, lighting, barriers, traffic lights, pedestrian lights, walkways, cones, etc. and installation, maintenance, adjustment and removal of Traffic Management. Contractors will be allocated regional areas dependent upon PQQ and ITN assessments. Allocation may also be related to contractors available resources and capabilities to support the planned (generally capital projects) and reactive (generally operational jobs).


      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: The PQQ documents can also be accessed by logging in through the Scottish Water Delta E-sourcing webpage https://scottishwater.delta-esourcing.com and through the 'Response Manager' section using the following Access Code: 62H33726ZD




Section IV: Procedure

IV.1) Description

   IV.1.1) Type of procedure: Negotiated procedure with prior call for competition


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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
      Notice number in the OJ S: 2020/S 89-213668
            

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No




Section V: Award of contract

Award Of Contract (No.1)
   
   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/03/2021


      V.2.3) Name and address of the contractor

         Agree to publish? Yes
         
         Contractor (No.1)
             Contraflow Ltd, SC105179
             6th Floor Gordon Chambers, 90 Mitchell Street, Glasgow, G1 3NQ, United Kingdom
             NUTS Code: UKM
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Highway Barrier Solutions Ltd, NI0677706
             40 Manse Road, Belfast, BT8 6SA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             KN Network Services, 04645331
             221 Dover Road, Berkshire, SL1 4RF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Sunbelt Rentals Ltd, 00444569
             102 Dalton Avenue, Warrington, WA3 6YE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No



      V.2.5) Information about subcontracting

         The contract is likely to be subcontracted: No
         

      V.2.6) Price paid for bargain purchases

         Value excluding VAT: Not Provided          
         Currency: Not Provided




Section VI: Complementary information

   VI.3) Additional information: Scottish Water will not accept the ESPD. We will only accept a Scottish Water PQQ document. This notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the OJEU Notice will be evaluated and only successful applicants following the PQQ evaluation will be invited to submit a Tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting exercise may risk elimination.
To view this notice, please click here:
https://scottishwater.delta-esourcing.com/delta/viewNotice.html?noticeId=584851692

   VI.4) Procedures for review

      VI.4.1) Review body
          Scottish Water
          6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
          Tel. +44 7483976574, Email: kathleen.gay@scottishwater.co.uk

      VI.4.2) Body responsible for mediation procedures
          Scottish Water
          6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
          Tel. +44 7483976574, Email: kathleen.gay@scottishwater.co.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 09/04/2021







View Award Notice