Notice Information
Notice Title
Stopped Vehicle Detection (SVD) 2020 (Lot 1)
Notice Description
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02a40e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/007325-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
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)
48 - Software package and information systems
-
- CPV Codes
32352200 - Radar spare parts and accessories
34900000 - Miscellaneous transport equipment and spare parts
34920000 - Road equipment
35121900 - Radar detectors
38115100 - Radar surveillance equipment
48000000 - Software package and information systems
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £25,750,000 £10M-£100M
Notice Dates
- Publication Date
- 8 Apr 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 6 Aug 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HIGHWAYS ENGLAND
- Contact Name
- Andrew Gowanlock
- Contact Email
- roadsidetechnologyteam@highwaysengland.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BIRMINGHAM
- Postcode
- B1 1RN
- Post Town
- Birmingham
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG31 Birmingham
- Delivery Location
- Not specified
-
- Local Authority
- Birmingham
- Electoral Ward
- Ladywood
- Westminster Constituency
- Birmingham Ladywood
Further Information
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-h6vhtk-02a40e-2021-04-08T22:55:07+01:00",
"date": "2021-04-08T22:55:07+01:00",
"ocid": "ocds-h6vhtk-02a40e",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02a40e",
"legalBasis": {
"scheme": "CELEX"
},
"title": "Stopped Vehicle Detection (SVD) 2020 (Lot 1)",
"classification": {
"scheme": "CPV",
"id": "34900000",
"description": "Miscellaneous transport equipment and spare parts"
},
"mainProcurementCategory": "goods",
"lots": [
{
"id": "1",
"description": "As described in Section II2.4",
"contractPeriod": {
"durationInDays": 1440
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "England"
},
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "007325-2021-Stopped Vehicle Detection (SVD) 2020 (Lot 1)-1",
"relatedLots": [
"1"
],
"title": "SVD Retrofit",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-11668",
"name": "Navtech Radar Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-8857",
"name": "Highways England",
"identifier": {
"legalName": "Highways England"
},
"address": {
"streetAddress": "The Cube, 199 Wharfside Street",
"locality": "Birmingham",
"region": "UK",
"postalCode": "B1 1RN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Andrew Gowanlock",
"email": "Roadsidetechnologyteam@highwaysengland.co.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"url": "http://www.gov.uk/government/organisations/highways-england"
},
"additionalContactPoints": [
{
"email": "Roadsidetechnologyteam@highwaysengland.co.uk"
}
]
},
{
"id": "GB-FTS-11668",
"name": "Navtech Radar Ltd",
"identifier": {
"legalName": "Navtech Radar Ltd"
},
"address": {
"locality": "Wantage",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-8857",
"name": "Highways England"
},
"contracts": [
{
"id": "007325-2021-Stopped Vehicle Detection (SVD) 2020 (Lot 1)-1",
"awardID": "007325-2021-Stopped Vehicle Detection (SVD) 2020 (Lot 1)-1",
"title": "SVD Retrofit",
"status": "active",
"value": {
"amount": 25750000,
"currency": "GBP"
},
"dateSigned": "2020-08-07T00:00:00+01:00",
"period": {
"durationInDays": 1440
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "34920000",
"description": "Road equipment"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32352200",
"description": "Radar spare parts and accessories"
},
{
"scheme": "CPV",
"id": "35121900",
"description": "Radar detectors"
},
{
"scheme": "CPV",
"id": "38115100",
"description": "Radar surveillance equipment"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "England"
},
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "Nature and extent of the modifications (with indication of possible earlier changes to the contract): The current framework for the provision of a Lot 1 Stopped Vehicle Detection (SVD) solution was awarded on 16 July 2020 for a 4-year term with an expiry date of 15 July 2024. The original scope and estimated value for the supply of SVD radar under this framework was determined based on the understanding that radar units would be sited on average 500m apart on the Strategic Road Network (SRN). Since the award of this framework, a detailed technical review was undertaken to determine the optimal spacing of radar. This review determined that it was optimal to locate SVD radar technology to make use of as much existing infrastructure as possible whilst still delivering the required degree of effectiveness of detection on the road network, and therefore units would be sited on average 300 metres apart in all future installations. As a result of the decision, additional radar units and associated commissioning and support services have become necessary under this framework. The estimated value of the additional supplies and services is PS7.75m. A modification to the framework is therefore required in accordance with Regulation 72(1)(b) of the Public Contracts Regulations 2015 for additional services and supplies by the original contractor that have become necessary and were not included in the original procurement, where a change of contractor: cannot be made for economic or technical reasons such as such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement; and would cause significant inconvenience or substantial duplication of costs for the contracting authority; And the increase in price does not exceed 50 % of the value of the original contract.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: In order to meet the increased density requirements, additional radar units are required and these will need to be inter-operable with the existing Navtech radar supplied under the current framework. No other provider could supply the Navtech radar without the agreement of Navtech, and even if Navtech gave its agreement for another provider to supply its radar, no other provider could supply the Navtech radar and associated commissioning and support services without a considerable increase in price compared to Navtech supplying its radar directly. These are the economic and technical reasons why a change of contractor cannot be made. Furthermore, if it were possible it would cause substantial inconvenience and duplication of costs to engage any other contractor to provide the additional supplies and services, when the majority of the radar units, commissioning and support will be provided by the existing supplier under this framework."
}
]
}
],
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:373585-2020:TEXT:EN:HTML"
}
],
"language": "en"
}