Notice Information
Notice Title
Traffic Management Technology 2
Notice Description
Crown Commercial Service as the contracting authority has put in place a Framework Agreement for the provision of Traffic Management Technology 2 (TMT2). TMT2 can be accessed by all UK Public Sector bodies, but is designed specifically for Central Government, Devolved Administrations, Local Authorities, including Local Transport Authorities and Combined Authorities, Health and Police. This is to assist them in meeting their duties under the Traffic Management Act (TMA) and other traffic related duties as appropriate to the Public bodiesusing this Framework. Contract Finder link: https://www.contractsfinder.service.gov.uk/Notice/4ea1da55-060f-44cc-adc1-8fd793fdfbc6 Additional information: The following information has been captured in accordance with the requirements of Regulation 50 of the Public Contracts Regulations 2015: The Authority received a total of 100 tenders in response to this procurement, all of which were received electronically via the Authority's e-Sourcing Suite. The Authority received 57 tenders from economic operators which are small and medium enterprises (SMEs). The Authority received 5 tenders from non-EU States or other EU Member States. This Framework Agreement commenced on 31.10.2016 for an initial term of 4 years, unless terminated earlier in line with its terms. Due to the current COVID-19 pandemic, Crown Commercial Service (CCS) believes that the first condition set out in Regulation 72(1)(c) Public Contracts Regulations 2015 has been fulfilled in respect of the Framework Agreement. Crown Commercial Service has taken the decision to extend existing framework agreements that were due for reprocurement for a period of twelve (12 months). This is to enable CCS resource to be diverted to procuring urgent requirements to deal with COVID-19 consequences and to relieve pressure on the supply chain while short staffed, to enable businesses to continue to deliver services and goods to customers. CCS intends to deliver replacement framework agreements as quickly as possible after the initial COVID-19 impact
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-72fa466a-871f-4638-8c47-4bdfa70af5e3
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/af4df268-0c07-4fc4-aedc-e56a91a82869
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
38 - Laboratory, optical and precision equipments (excl. glasses)
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
63 - Supporting and auxiliary transport services; travel agencies services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
31158100 - Battery chargers
31500000 - Lighting equipment and electric lamps
31600000 - Electrical equipment and apparatus
31720000 - Electromechanical equipment
31730000 - Electrotechnical equipment
32000000 - Radio, television, communication, telecommunication and related equipment
34920000 - Road equipment
34970000 - Traffic-monitoring equipment
34990000 - Control, safety, signalling and light equipment
35125110 - Biometric sensors
38100000 - Navigational and meteorological instruments
38200000 - Geological and geophysical instruments
38300000 - Measuring instruments
38400000 - Instruments for checking physical characteristics
38730000 - Parking meters
45200000 - Works for complete or part construction and civil engineering work
45316000 - Installation work of illumination and signalling systems
48000000 - Software package and information systems
50000000 - Repair and maintenance services
63712710 - Traffic monitoring services
71241000 - Feasibility study, advisory service, analysis
71311200 - Transport systems consultancy services
71351600 - Weather-forecasting services
71600000 - Technical testing, analysis and consultancy services
71700000 - Monitoring and control services
72100000 - Hardware consultancy services
72200000 - Software programming and consultancy services
72300000 - Data services
72500000 - Computer-related services
73000000 - Research and development services and related consultancy services
75100000 - Administration services
79311300 - Survey analysis services
79314000 - Feasibility study
79315000 - Social research services
79320000 - Public-opinion polling services
79415200 - Design consultancy services
79800000 - Printing and related services
Notice Value(s)
- Tender Value
- £750,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Mar 20205 years ago
- Submission Deadline
- 11 Aug 2016Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Oct 2016 - 30 Oct 2020 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CROWN COMMERCIAL SERVICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LIVERPOOL
- Postcode
- L3 9PP
- Post Town
- Liverpool
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- Not specified
-
- Local Authority
- Liverpool
- Electoral Ward
- City Centre North
- Westminster Constituency
- Liverpool Riverside
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/af4df268-0c07-4fc4-aedc-e56a91a82869
23rd March 2020 - Opportunity notice on Contracts Finder
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-b5fd17-72fa466a-871f-4638-8c47-4bdfa70af5e3-2020-03-23T13:12:31Z",
"date": "2020-03-23T13:12:31Z",
"ocid": "ocds-b5fd17-72fa466a-871f-4638-8c47-4bdfa70af5e3",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "RM1089",
"title": "Traffic Management Technology 2",
"description": "Crown Commercial Service as the contracting authority has put in place a Framework Agreement for the provision of Traffic Management Technology 2 (TMT2). TMT2 can be accessed by all UK Public Sector bodies, but is designed specifically for Central Government, Devolved Administrations, Local Authorities, including Local Transport Authorities and Combined Authorities, Health and Police. This is to assist them in meeting their duties under the Traffic Management Act (TMA) and other traffic related duties as appropriate to the Public bodiesusing this Framework. Contract Finder link: https://www.contractsfinder.service.gov.uk/Notice/4ea1da55-060f-44cc-adc1-8fd793fdfbc6 Additional information: The following information has been captured in accordance with the requirements of Regulation 50 of the Public Contracts Regulations 2015: The Authority received a total of 100 tenders in response to this procurement, all of which were received electronically via the Authority's e-Sourcing Suite. The Authority received 57 tenders from economic operators which are small and medium enterprises (SMEs). The Authority received 5 tenders from non-EU States or other EU Member States. This Framework Agreement commenced on 31.10.2016 for an initial term of 4 years, unless terminated earlier in line with its terms. Due to the current COVID-19 pandemic, Crown Commercial Service (CCS) believes that the first condition set out in Regulation 72(1)(c) Public Contracts Regulations 2015 has been fulfilled in respect of the Framework Agreement. Crown Commercial Service has taken the decision to extend existing framework agreements that were due for reprocurement for a period of twelve (12 months). This is to enable CCS resource to be diverted to procuring urgent requirements to deal with COVID-19 consequences and to relieve pressure on the supply chain while short staffed, to enable businesses to continue to deliver services and goods to customers. CCS intends to deliver replacement framework agreements as quickly as possible after the initial COVID-19 impact",
"datePublished": "2020-03-23T13:12:31Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "31158100",
"description": "Battery chargers"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31500000",
"description": "Lighting equipment and electric lamps"
},
{
"scheme": "CPV",
"id": "31600000",
"description": "Electrical equipment and apparatus"
},
{
"scheme": "CPV",
"id": "31720000",
"description": "Electromechanical equipment"
},
{
"scheme": "CPV",
"id": "31730000",
"description": "Electrotechnical equipment"
},
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"scheme": "CPV",
"id": "34920000",
"description": "Road equipment"
},
{
"scheme": "CPV",
"id": "34970000",
"description": "Traffic-monitoring equipment"
},
{
"scheme": "CPV",
"id": "34990000",
"description": "Control, safety, signalling and light equipment"
},
{
"scheme": "CPV",
"id": "35125110",
"description": "Biometric sensors"
},
{
"scheme": "CPV",
"id": "38100000",
"description": "Navigational and meteorological instruments"
},
{
"scheme": "CPV",
"id": "38200000",
"description": "Geological and geophysical instruments"
},
{
"scheme": "CPV",
"id": "38300000",
"description": "Measuring instruments"
},
{
"scheme": "CPV",
"id": "38400000",
"description": "Instruments for checking physical characteristics"
},
{
"scheme": "CPV",
"id": "38730000",
"description": "Parking meters"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45316000",
"description": "Installation work of illumination and signalling systems"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "63712710",
"description": "Traffic monitoring services"
},
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "71311200",
"description": "Transport systems consultancy services"
},
{
"scheme": "CPV",
"id": "71351600",
"description": "Weather-forecasting services"
},
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "71700000",
"description": "Monitoring and control services"
},
{
"scheme": "CPV",
"id": "72100000",
"description": "Hardware consultancy services"
},
{
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "72500000",
"description": "Computer-related services"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "75100000",
"description": "Administration services"
},
{
"scheme": "CPV",
"id": "79311300",
"description": "Survey analysis services"
},
{
"scheme": "CPV",
"id": "79314000",
"description": "Feasibility study"
},
{
"scheme": "CPV",
"id": "79315000",
"description": "Social research services"
},
{
"scheme": "CPV",
"id": "79320000",
"description": "Public-opinion polling services"
},
{
"scheme": "CPV",
"id": "79415200",
"description": "Design consultancy services"
},
{
"scheme": "CPV",
"id": "79800000",
"description": "Printing and related services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 500000000,
"currency": "GBP"
},
"value": {
"amount": 750000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2016-08-11T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2016-10-31T00:00:00Z",
"endDate": "2020-10-30T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "goods",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/af4df268-0c07-4fc4-aedc-e56a91a82869",
"datePublished": "2020-03-23T13:12:31Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "awardNotice",
"description": "Corrigendum",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/00fe5a8e-ae67-460f-a1bc-c3d209286729",
"format": "application/pdf"
}
]
},
"parties": [
{
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
"name": "Crown Commercial Service",
"identifier": {
"legalName": "Crown Commercial Service",
"scheme": "GB-SRS",
"id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"postalCode": "L3 9PP",
"countryName": "England"
},
"contactPoint": {
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service part of the Crown",
"email": "supplier@crowncommercial.gov.uk",
"telephone": "+44 3450103503"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
"name": "Crown Commercial Service"
}
}