Award

Highways Enforcement System Framework

MANCHESTER CITY COUNCIL

This public procurement record has 3 releases in its history.

Award

15 Oct 2025 at 13:32

Tender

07 Aug 2025 at 10:26

Planning

30 Apr 2025 at 13:00

Summary of the contracting process

The Highways Enforcement System Framework, managed by Manchester City Council, focuses on enforcing bus lanes, moving traffic offences, and parking in cycle lanes across Manchester. The procurement process followed an open procedure and involved an award stage, concluding with a contract commencement date set for 17th November 2025. It falls under the goods category, specifically traffic-monitoring equipment, with a contract period extending to 16th November 2029. The notable award, dated 15th October 2025, reflects Manchester City Council's objective to enhance road safety and manage city traffic through effective enforcement systems. The procurement process took place in the United Kingdom (region UKD33) and adhered to UK legal basis standards.

This tender presents significant business opportunities for companies specialising in traffic-monitoring systems and enforcement technology, aiming to contribute to urban traffic management solutions. Companies like MARSTON (HOLDINGS) LIMITED and YUNEX LIMITED, both large-scale suppliers, have been involved, indicating the project's suitability for firms of similar scale and expertise. Businesses that can offer innovative and efficient system solutions for handling traffic offences, backed by relevant certifications and technological advancements, are well-positioned to excel in this competitive field. The framework agreement allows for further competition during the contract's lifespan, providing ongoing opportunities for businesses to contribute to this vital public infrastructure initiative.

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

Highways Enforcement System Framework

Notice Description

The framework will support the provision and supply of a System to Enforce Bus Lanes, Moving Traffic Offences and Parking in Cycle Lanes, including maintenance. The framework period will be for 4 years. t is intended for the contract to commence 17th November 2025

Lot Information

Lot 1

Renewal: The effectiveness of the framework will be reviewed with the option to extend up to 2 years at 12 monthly intervals.

Planning Information

We are reaching out to all suppliers in the market who can provide solutions detailed in the description to invite you to an engagement session on 29 May 2025 in Manchester. If you would like to book a slot to attend the event, please email highwaysprocurementsupport@manchester.gov.uk before 5pm on 16th May 2025. Each supplier will be given a 1-hour session to demonstrate the innovative functionality associated with your solution that is available now (not in production) as set out below. We are particularly interested to see features that will make the end-to-end process as efficient as possible. The format of the session will be as follows: Introductions (5 mins) Presentation from supplier (Highlighting efficiency functionality) (15 mins) Live demonstration of Review Client (15 mins) Questions from MCC (15 mins) Questions to MCC (10 mins) Once we have familiarised ourselves with the functionality available in the market, our specification will be finalised and released along with our procurement timeline. Please note the following explanation of the Council's approach to preliminary market engagement; the core principle for underpinning our approach is to ensure probity be maintained throughout the process by strict adherence to the following guidelines: All potential suppliers are informed that they are invited to participate in soft market testing Any information provided by the authority to a supplier participating in preliminary market engagement will be shared with all suppliers participating in the exercise. Any information provided by a supplier participating in preliminary market engagement will be deemed as commercially sensitive, and handled by the authority in such a manner as to ensure commercial confidentiality is not violated. Any information provided by a supplier participating in preliminary market engagement will not be shared with any third party without the express permission and written consent of the participating supplier. The preliminary market engagement exercise is to be undertaken to ascertain if the Council wished to proceed to a competitive tender process and if so will help inform how such a process is undertaken and will assist the Council to shape their requirements to ensure that they obtain the best solution to meet their needs and that will be most attractive to the market to ensure as much competition as possible. If the outcome of the preliminary market engagement is such that the authority decides to go out for a competitive tender (N.B: the Council reserves the right not to do so if it so decides or to utilise other procurements routes open to it such as pre-tendered national/regional/other frameworks), then all suppliers who have participated in the preliminary market engagement will be notified of the tendering opportunity. Participation in the preliminary market engagement does not mean that you will automatically qualify for the tender opportunity and all prospective tenders, irrespective of previous participation, will be required to register and meet the conditions of participation of the tender at that time.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050a3c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/065627-2025
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34970000 - Traffic-monitoring equipment

Notice Value(s)

Tender Value
£6,000,000 £1M-£10M
Lots Value
£6,000,000 £1M-£10M
Awards Value
£6,000,000 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
15 Oct 20254 months ago
Submission Deadline
9 Sep 2025Expired
Future Notice Date
16 May 2025Expired
Award Date
14 Oct 20254 months ago
Contract Period
17 Nov 2025 - 16 Nov 2029 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MANCHESTER CITY COUNCIL
Contact Name
Not specified
Contact Email
procurement@manchester.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
MANCHESTER
Postcode
M60 2LA
Post Town
Manchester
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD3 Greater Manchester
Small Region (ITL 3)
TLD33 Manchester
Delivery Location
TLD33 Manchester

Local Authority
Manchester
Electoral Ward
Piccadilly
Westminster Constituency
Manchester Central

Supplier Information

Number of Suppliers
2
Supplier Names

MARSTON (HOLDINGS

YUNEX

Further Information

Notice Documents

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-h6vhtk-050a3c-2025-10-15T14:32:54+01:00",
    "date": "2025-10-15T14:32:54+01:00",
    "ocid": "ocds-h6vhtk-050a3c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PLNV-8798-LDMP",
            "name": "Manchester City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLNV-8798-LDMP"
            },
            "address": {
                "streetAddress": "Town Hall Extension",
                "locality": "Manchester",
                "postalCode": "M60 2LA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD33"
            },
            "contactPoint": {
                "email": "procurement@manchester.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.manchester.gov.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-04305487",
            "name": "MARSTON (HOLDINGS) LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04305487"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PHZR-5319-ZRXR"
                }
            ],
            "address": {
                "streetAddress": "Rutland House 8th Floor",
                "locality": "Birmingham",
                "postalCode": "B3 2JR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG31"
            },
            "contactPoint": {
                "email": "tenders@marstonholdings.co.uk"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "url": "http://www.marstonholdings.co.uk",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-13199800",
            "name": "YUNEX LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "13199800"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PGWD-4453-BRJJ"
                }
            ],
            "address": {
                "streetAddress": "Sopers Lane",
                "locality": "Poole",
                "postalCode": "BH17 7ER",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK24"
            },
            "contactPoint": {
                "email": "e-tendering@yunextraffic.com"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "url": "https://www.yunextraffic.com/uk/en",
                "scale": "large",
                "vcse": true,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLNV-8798-LDMP",
        "name": "Manchester City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "We are reaching out to all suppliers in the market who can provide solutions detailed in the description to invite you to an engagement session on 29 May 2025 in Manchester. If you would like to book a slot to attend the event, please email highwaysprocurementsupport@manchester.gov.uk before 5pm on 16th May 2025. Each supplier will be given a 1-hour session to demonstrate the innovative functionality associated with your solution that is available now (not in production) as set out below. We are particularly interested to see features that will make the end-to-end process as efficient as possible. The format of the session will be as follows: Introductions (5 mins) Presentation from supplier (Highlighting efficiency functionality) (15 mins) Live demonstration of Review Client (15 mins) Questions from MCC (15 mins) Questions to MCC (10 mins) Once we have familiarised ourselves with the functionality available in the market, our specification will be finalised and released along with our procurement timeline. Please note the following explanation of the Council's approach to preliminary market engagement; the core principle for underpinning our approach is to ensure probity be maintained throughout the process by strict adherence to the following guidelines: All potential suppliers are informed that they are invited to participate in soft market testing Any information provided by the authority to a supplier participating in preliminary market engagement will be shared with all suppliers participating in the exercise. Any information provided by a supplier participating in preliminary market engagement will be deemed as commercially sensitive, and handled by the authority in such a manner as to ensure commercial confidentiality is not violated. Any information provided by a supplier participating in preliminary market engagement will not be shared with any third party without the express permission and written consent of the participating supplier. The preliminary market engagement exercise is to be undertaken to ascertain if the Council wished to proceed to a competitive tender process and if so will help inform how such a process is undertaken and will assist the Council to shape their requirements to ensure that they obtain the best solution to meet their needs and that will be most attractive to the market to ensure as much competition as possible. If the outcome of the preliminary market engagement is such that the authority decides to go out for a competitive tender (N.B: the Council reserves the right not to do so if it so decides or to utilise other procurements routes open to it such as pre-tendered national/regional/other frameworks), then all suppliers who have participated in the preliminary market engagement will be notified of the tendering opportunity. Participation in the preliminary market engagement does not mean that you will automatically qualify for the tender opportunity and all prospective tenders, irrespective of previous participation, will be required to register and meet the conditions of participation of the tender at that time.",
                "dueDate": "2025-05-16T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "018018-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018018-2025",
                "datePublished": "2025-04-30T14:00:01+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "P-0783",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Highways Enforcement System Framework",
        "description": "The framework will support the provision and supply of a System to Enforce Bus Lanes, Moving Traffic Offences and Parking in Cycle Lanes, including maintenance. The framework period will be for 4 years. t is intended for the contract to commence 17th November 2025",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34970000",
                        "description": "Traffic-monitoring equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD33",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD33",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2,
                "method": "withReopeningCompetition",
                "type": "closed",
                "description": "Each time the Council need to call off from this framework, a competitive selection process will be conducted. The specific requirements for each call off will be shared with both suppliers on the framework, who will be asked to provide a quotation to fulfil the requirements. The Council will rely on the contractors to determine the number of enforcement units their solution would need to satisfy the Council's requirements as part of the quotation process. The Council will not be responsible for any costs associated with or incurred as part of the quotation process such as site visits or surveys. Where stated in the framework pricing schedule, prices submitted during a further competition exercise must not exceed the relevant rates detailed in the Schedule of Rates (SOR) submitted at the tender stage. Fixed prices agreed during the appointment to the framework process, stated in the framework pricing schedule, will be prepopulated in further competition Pricing Schedule. The Council reserves the right to not award to either contractor."
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-19T00:00:00Z",
                    "endDate": "2027-11-18T23:59:59Z",
                    "maxExtentDate": "2029-11-18T23:59:59Z"
                },
                "status": "complete",
                "value": {
                    "amountGross": 7200000,
                    "amount": 6000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "For the Quality Criterion suppliers will be scored on their responses to the relevant quality questions within the Tender Questionnaire. Suppliers must score at least a mean average score of 3 (i.e.... Suppliers must score at least 18% out of the total 30% for the Quality Criterion) across the Quality criteria as a whole. Tenders that fail to meet this score threshold will not be considered further. The Council may also, at its discretion, exclude a tender that scores 0 or 1 on any individual criterion. Further details on the award criteria can be found within the procurement documentation.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Suppliers must self-certify that they and their subcontractors pay the Real Living Wage and do not operate zero-hour contracts. Suppliers that fail to do this will be excluded and their tenders will not be considered further. For the Social Value Criterion suppliers will be scored on their responses to the relevant Social Value questions within the Tender Questionnaire. Further details on the award criteria can be found within the procurement documentation.",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Environment",
                            "description": "For the Environment Criterion suppliers will be scored on their responses to the relevant Environment questions within the Tender Questionnaire. Further details on the award criteria can be found within the procurement documentation.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Suppliers are required to complete the Pricing Schedule within the procurement documentation. The Price score will be calculated following the relevant methodology set out within the Award Criteria section of the ITT document. Suppliers that fail to complete and provide the Pricing Schedule, in full, will be excluded and their tenders will not be considered further.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "See tender documents"
                        },
                        {
                            "type": "technical",
                            "description": "See tender documents"
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The effectiveness of the framework will be reviewed with the option to extend up to 2 years at 12 monthly intervals."
                }
            }
        ],
        "status": "complete",
        "value": {
            "amountGross": 7200000,
            "amount": 6000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including procurement specific questionnaire, via the on-line portal by 11am on 9th September 2025 as referred to in the tender documentation. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-09-09T11:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-08-28T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-11-14T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including procurement specific questionnaire, via the on-line portal by 11am on 9th September 2025 as referred to in the tender documentation. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.",
                "url": "www.the-chest.org.uk"
            },
            {
                "id": "L-2",
                "documentType": "biddingDocuments",
                "url": "https://procontract.due-north.com/Advert?advertId=42b85fb4-cf72-f011-813a-005056b64545"
            },
            {
                "id": "L-3",
                "documentType": "technicalSpecifications",
                "url": "https://procontract.due-north.com/Advert?advertId=42b85fb4-cf72-f011-813a-005056b64545"
            },
            {
                "id": "046828-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/046828-2025",
                "datePublished": "2025-08-07T11:26:24+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-04305487",
                        "name": "MARSTON (HOLDINGS) LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "2",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-13199800",
                        "name": "YUNEX LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 1,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Highways Enforcement System Framework",
            "status": "pending",
            "date": "2025-10-15T00:00:00+01:00",
            "value": {
                "amountGross": 7200000,
                "amount": 6000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-04305487",
                    "name": "MARSTON (HOLDINGS) LIMITED"
                },
                {
                    "id": "GB-COH-13199800",
                    "name": "YUNEX LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "34970000",
                            "description": "Traffic-monitoring equipment"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKD33",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-10-24T23:59:59+01:00"
            },
            "contractPeriod": {
                "startDate": "2025-11-17T00:00:00Z",
                "endDate": "2029-11-16T23:59:59Z"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "065627-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/065627-2025",
                    "datePublished": "2025-10-15T14:32:54+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-10-15T00:00:00+01:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-11-03T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ]
}