Tender

Traffic Management Technology 2

CROWN COMMERCIAL SERVICE

This public procurement record has 1 release in its history.

Tender

23 Mar 2020 at 13:12

Summary of the contracting process

The procurement process titled "Traffic Management Technology 2" is managed by the Crown Commercial Service, aimed at facilitating access for UK public sector bodies, especially central and local government organisations, to traffic management technology. This tender is currently in the award stage, having concluded its tender period on 11th August 2016. The contract is valued between £500 million and £750 million and is a framework agreement designed to meet obligations under the Traffic Management Act. The contract is already in effect, having commenced on 31st October 2016 and set to conclude on 30th October 2020.

This opportunity presents substantial potential for business growth, particularly for small and medium enterprises (SMEs) and voluntary community social enterprises, due to the inclusion of a diverse array of sectors such as traffic monitoring, electrical equipment, and software services. Businesses specialising in technology and services related to traffic management, including the installation of monitoring equipment and consultancy services, would be well-suited to compete for this significant contract. The extension of existing frameworks, due to the current challenges posed by the COVID-19 pandemic, creates a favourable environment for suppliers looking to engage with the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}