Award

CN250245 - Traffic Systems Asset Maintenance

KENT COUNTY COUNCIL

This public procurement record has 4 releases in its history.

Award

12 Feb 2026 at 12:59

TenderUpdate

29 May 2025 at 10:39

Tender

09 May 2025 at 10:41

Planning

09 May 2025 at 07:28

Summary of the contracting process

The "Traffic Systems Asset Maintenance" contract has been awarded by Kent County Council, located in Maidstone, United Kingdom, under the procurement method of selective competitive flexible procedure. The procurement focuses on the services category, specifically the repair and maintenance of traffic systems including traffic signals, electronic signs, and CCTV along the Kent Highway network. The contract period spans from 1st April 2026 to 31st March 2031, with an optional extension up to 31st March 2036. The estimated overall contract value ranges between £23 million to £28 million, with a maximum value of £45 million accounting for inflation and other potential adjustments. Key partner for the awarded contract is TELENT TECHNOLOGY SERVICES LIMITED.

This tender provides substantial growth opportunities for businesses specialising in traffic signal maintenance, electronic signage, and CCTV systems. Given the technical nature of the services required, large enterprises with expertise in intelligent traffic systems and associated infrastructure maintenance are well-positioned to compete. The contract's focus on routine and emergency service calls, along with capital-funded refurbishment projects, offers a consistent stream of work. Businesses experienced in handling contracts of minimum £2.3 million annually will find excellent expansion possibilities. Strategic engagement with Kent County Council, supported by compliance with statutory duties, enables steady work flow and potential for further contract extensions.

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

CN250245 - Traffic Systems Asset Maintenance

Notice Description

The Traffic Systems Asset Maintenance contract provides full maintenance provision for existing and new technology assets on the Kent Highway network, primarily traffic signals but also electronic message signs, CCTV and associated communications infrastructure, to include: * Routine inspections of equipment to meet statutory duties * Fault repairs due to wear and tear or third-party damage * Temporary switch off traffic signals to allow third parties to undertake works * Planned works to modify existing assets or renew life expired equipment * Communications between on-street units and the Traffic Operations Centre in Aylesford * Provision, operation and management of a fault reporting/monitoring platform * Emergency call out to make damaged equipment safe during out of hours All traffic systems assets used to manage the highway network are of a very specialist and technical nature. The supplier will have the technical capability to deliver the whole contract. Following engagement with various authorities and providers, the approach is to create a contract that addresses both routine and non-routine works. This contract will outline the means, measures and payment mechanism for effectively maintaining the Intelligent Traffic Systems (ITS) asset, while ensuring a balanced approach to risk. The Intelligent Traffic Systems (ITS) inventory of equipment comprises the following: * 365 traffic signal-controlled junctions * 417 traffic light controlled pedestrian crossings (pelican, puffin, toucan, pegasus) * 148 electronic roadside message signs (VMS) * 236 electronic vehicle activated warning signs (VAS) * 191 highway monitoring CCTV cameras * 1 over-height vehicle detection site This service is primarily focused on maintaining all existing traffic systems assets and restoring equipment to normal operation. In addition, the contract will include refurbishment of existing assets using capital funding, and the provision of new Kent County Council funded signal schemes, although the level of this is not guaranteed. This contract shall not include installation of third-party installations, nor major highway schemes which will be procured via separate tenders. As this is a Services contract, the annual contract value is subject to fluctuation. Services will generally be called off from a Schedule of Rates (SORs) as required. The expected annual value is approximately PS2.3 million to PS2.8 million, giving an overall expected contract value of PS23 million to PS28 million, broken down as follows: -Initial Term (5 years): PS11.5 million - PS14 million -Optional Extension Term (up to 5 years): PS11.5 million - PS14 million The anticipated contract periods are: -Initial Term: 01 April 2026 - 31 March 2031 -Optional Extension: 01 April 2031 - 31 March 2036 An anticipated maximum contract value of PS45 million has been set to allow for inflation, compensation events, additional requirements, changes to service levels, budgetary adjustments, additional in-scope activities, and other variations. All values are estimates and may be exceeded during the life of the contract.

Lot Information

Lot 1

Renewal: The periods for extension will consist of either multiple single-year extensions, the full five (5) year period, or any other combination subject to the maximum service period not having been exceeded by any prior extension.

Planning Information

Kent County Council (KCC) engaged with suppliers regarding capacity in the market to provide future Traffic Systems Asset Maintenance services, via a market engagement exercise in February 2025. All interested suppliers were asked to complete the published market engagement questionnaire and return to the Council before the 14th February 2025 deadline. After which further virtual market engagement discussions were held with suppliers to discuss responses further in more detail. The current contract expires on 31st March 2026, with the new contract anticipated to commence on 1st April 2026. The existing contract covers the maintenance of traffic signals with associated vehicle detection systems, as well as electronic message signs, speed/hazard warning signs, CCTV cameras, over-height vehicle detection and the associated fibre optic cables, mobile phone communication links, fixed broadband circuits and other systems used by the Traffic Operations Centre (TOC) based at Aylesford.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050f4c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012874-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

50 - Repair and maintenance services


CPV Codes

34990000 - Control, safety, signalling and light equipment

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
£45,000,000 £10M-£100M
Lots Value
£45,000,000 £10M-£100M
Awards Value
£45,000,000 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
12 Feb 20261 weeks ago
Submission Deadline
26 May 2025Expired
Future Notice Date
Not specified
Award Date
12 Feb 20261 weeks ago
Contract Period
31 Mar 2026 - 31 Mar 2031 Over 5 years
Recurrence
2036-06-01

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
KENT COUNTY COUNCIL
Contact Name
Not specified
Contact Email
cameron.croucher@kent.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
MAIDSTONE
Postcode
ME14 1XQ
Post Town
Rochester
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ4 Kent
Small Region (ITL 3)
TLJ45 Mid Kent
Delivery Location
TLJ4 Kent

Local Authority
Maidstone
Electoral Ward
Penenden Heath
Westminster Constituency
Maidstone and Malling

Supplier Information

Number of Suppliers
1
Supplier Name

TELENT TECHNOLOGY SERVICES

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-050f4c-2026-02-12T12:59:50Z",
    "date": "2026-02-12T12:59:50Z",
    "ocid": "ocds-h6vhtk-050f4c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PLDL-8938-YGYW",
            "name": "Kent County Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLDL-8938-YGYW"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Maidstone",
                "postalCode": "ME14 1XQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ45"
            },
            "contactPoint": {
                "email": "cameron.croucher@kent.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.kent.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-00703317",
            "name": "TELENT TECHNOLOGY SERVICES LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "00703317"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PYGC-6427-QMNZ"
                }
            ],
            "address": {
                "streetAddress": "Point 3 Haywood Road",
                "locality": "Warwick",
                "postalCode": "CV34 5AH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG13"
            },
            "contactPoint": {
                "email": "centraldigitalplatform@telent.com"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "url": "http://www.telent.com",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            },
            "control": {
                "description": "Organisation Name: Telent Communications Holdings Limited Companies House Number: 00319092 Registered Address: Point 3, Haywood Road, Warwick, CV34 5AH, UK Organisation Name: Cyro Cyber Limited Companies House Number: 13493753 Registered Address: Point 3, Haywood Road, Warwick, CV34 5AH, UK"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLDL-8938-YGYW",
        "name": "Kent County Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Kent County Council (KCC) engaged with suppliers regarding capacity in the market to provide future Traffic Systems Asset Maintenance services, via a market engagement exercise in February 2025. All interested suppliers were asked to complete the published market engagement questionnaire and return to the Council before the 14th February 2025 deadline. After which further virtual market engagement discussions were held with suppliers to discuss responses further in more detail. The current contract expires on 31st March 2026, with the new contract anticipated to commence on 1st April 2026. The existing contract covers the maintenance of traffic signals with associated vehicle detection systems, as well as electronic message signs, speed/hazard warning signs, CCTV cameras, over-height vehicle detection and the associated fibre optic cables, mobile phone communication links, fixed broadband circuits and other systems used by the Traffic Operations Centre (TOC) based at Aylesford.",
                "dateMet": "2025-02-14T00:00:00Z",
                "status": "met"
            }
        ],
        "documents": [
            {
                "id": "019906-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/019906-2025",
                "datePublished": "2025-05-09T08:28:26+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "CN250245",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "CN250245 - Traffic Systems Asset Maintenance",
        "description": "The Traffic Systems Asset Maintenance contract provides full maintenance provision for existing and new technology assets on the Kent Highway network, primarily traffic signals but also electronic message signs, CCTV and associated communications infrastructure, to include: * Routine inspections of equipment to meet statutory duties * Fault repairs due to wear and tear or third-party damage * Temporary switch off traffic signals to allow third parties to undertake works * Planned works to modify existing assets or renew life expired equipment * Communications between on-street units and the Traffic Operations Centre in Aylesford * Provision, operation and management of a fault reporting/monitoring platform * Emergency call out to make damaged equipment safe during out of hours All traffic systems assets used to manage the highway network are of a very specialist and technical nature. The supplier will have the technical capability to deliver the whole contract. Following engagement with various authorities and providers, the approach is to create a contract that addresses both routine and non-routine works. This contract will outline the means, measures and payment mechanism for effectively maintaining the Intelligent Traffic Systems (ITS) asset, while ensuring a balanced approach to risk. The Intelligent Traffic Systems (ITS) inventory of equipment comprises the following: * 365 traffic signal-controlled junctions * 417 traffic light controlled pedestrian crossings (pelican, puffin, toucan, pegasus) * 148 electronic roadside message signs (VMS) * 236 electronic vehicle activated warning signs (VAS) * 191 highway monitoring CCTV cameras * 1 over-height vehicle detection site This service is primarily focused on maintaining all existing traffic systems assets and restoring equipment to normal operation. In addition, the contract will include refurbishment of existing assets using capital funding, and the provision of new Kent County Council funded signal schemes, although the level of this is not guaranteed. This contract shall not include installation of third-party installations, nor major highway schemes which will be procured via separate tenders. As this is a Services contract, the annual contract value is subject to fluctuation. Services will generally be called off from a Schedule of Rates (SORs) as required. The expected annual value is approximately PS2.3 million to PS2.8 million, giving an overall expected contract value of PS23 million to PS28 million, broken down as follows: -Initial Term (5 years): PS11.5 million - PS14 million -Optional Extension Term (up to 5 years): PS11.5 million - PS14 million The anticipated contract periods are: -Initial Term: 01 April 2026 - 31 March 2031 -Optional Extension: 01 April 2031 - 31 March 2036 An anticipated maximum contract value of PS45 million has been set to allow for inflation, compensation events, additional requirements, changes to service levels, budgetary adjustments, additional in-scope activities, and other variations. All values are estimates and may be exceeded during the life of the contract.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34990000",
                        "description": "Control, safety, signalling and light equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 54000000,
            "amount": 45000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2031-03-31T23:59:59+01:00",
                    "maxExtentDate": "2036-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "complete",
                "value": {
                    "amountGross": 54000000,
                    "amount": 45000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The Price per Quality Point (PQP) evaluation methodology shall be used as detailed in the draft tender documentation.",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The Price per Quality Point (PQP) evaluation methodology shall be used as detailed in the draft tender documentation.",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "All suppliers that meet the conditions of participation shall be invited to tender stage.",
                            "forReduction": true
                        },
                        {
                            "description": "All suppliers that meet the conditions of participation shall be invited to tender stage.",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "The periods for extension will consist of either multiple single-year extensions, the full five (5) year period, or any other combination subject to the maximum service period not having been exceeded by any prior extension."
                }
            }
        ],
        "status": "complete",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The procurement steps that shall be followed will be Participation Stage, Initial Tender Stage (ITT), Negotiation Stage, Invitation to Submit Final Tender Stage (ISFT) and Contract Award Stage."
        },
        "aboveThreshold": true,
        "submissionMethodDetails": "All submissions must be submitted via the Kent Business Portal - www.kentbusinessportal.org.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-06-10T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-05-26T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-10-27T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "www.kentbusinessportal.org.uk"
            },
            {
                "id": "020000-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/020000-2025",
                "datePublished": "2025-05-09T11:41:35+01:00",
                "format": "text/html"
            },
            {
                "id": "028406-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028406-2025",
                "datePublished": "2025-05-29T11:39:47+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2036-06-01T23:59:59+01:00"
                },
                {
                    "startDate": "2036-06-01T23:59:59+01:00"
                }
            ]
        },
        "amendments": [
            {
                "id": "028406-2025",
                "description": "The Procurement Specific Questionnaire (PSQ) stage submission deadline has been extended until 10th June 2025, 12pm."
            }
        ]
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-00703317",
                        "name": "TELENT TECHNOLOGY SERVICES LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "pending",
            "date": "2026-02-12T00:00:00Z",
            "value": {
                "amountGross": 54000000,
                "amount": 45000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-00703317",
                    "name": "TELENT TECHNOLOGY SERVICES LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "34990000",
                            "description": "Control, safety, signalling and light equipment"
                        },
                        {
                            "scheme": "CPV",
                            "id": "50000000",
                            "description": "Repair and maintenance services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKJ4",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-02-23T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-04-01T00:00:00+01:00",
                "endDate": "2031-03-31T23:59:59+01:00",
                "maxExtentDate": "2036-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The periods for extension will consist of either multiple single-year extensions, the full five (5) year period, or any other combination subject to the maximum service period not having been exceeded by any prior extension."
            },
            "relatedLots": [
                "1"
            ],
            "subcontracting": {
                "subcontracts": [
                    {
                        "id": "1",
                        "mainContractors": [
                            {
                                "id": "GB-COH-00703317",
                                "name": "TELENT TECHNOLOGY SERVICES LIMITED"
                            }
                        ],
                        "description": "Below is the current list of sub-contractors for this contract. Sub-contractors may change throughout the life of the contract. The contracting authority will ensure compliance with the procurement regulations in the event of a change to the list of sub-contractors: Organisation Name: Signal Services Limited Companies House Number: 03449939 Registered Address: A3 Broomsleigh Business Park, Worsley Bridge Road, London, SE26 5BN Organisation Name: Traffi-Co Limited Companies House Number: 03610760 Registered Address: Kings Parade, Lower Coombe Street, Croydon, Surrey, CR0 1AA Organisation Name: LTraffic Limited Companies House Number: 08571891 Registered Address: Amhurst Bank Cade Street, Heathfield, East Sussex, TN21 9BU Organisation Name: Briant Traffic Limited Companies House Number: 10852831 Registered Address: Upper Barngarth Farm, Cox Street, Detling, Maidstone, ME14 3HE Organisation Name: BE Systems Limited Companies House Number: 14449308 Registered Address: Suite 131 80 Churchill Square, West Malling, Kent, ME19 4YU Organisation Name: SRL Traffic Systems Limited Companies House Number: 03466427 Registered Address: Unit 15 Road 5, Winsford Industrial Estate, Winsford, Cheshire, CW7 3SG Organisation Name: Core Highways (SouthEast) Limited Companies House Number: 10955408 Registered Address: Tormohun House Barton Hill Road, Torquay, TQ2 8JH, Organisation Name: Doocey Traffic Management Limited Companies House Number: 0301214 Registered Address: The Old Stables Watery Lane, Alexandra Road, Tipton, West Midlands, DY4 8TB Organisation Name: Go Traffic Management Limited Companies House Number: 08786702 Registered Address: Chaddock Lane, Manchester, M28 1XW Organisation Name: Traffic Group Signals Limited Companies House Number: 04552828 Registered Address: White Lion House, Gloucester Road, Cheltenham, Gloucestershire, GL51 0TF Organisation Name: Inspectorate Limited Companies House Number: 04760744 Registered Address: The Sanderum Centre, Sanderum House, Chinnor, Oxfordshire, OX39 4TW"
                    }
                ]
            },
            "documents": [
                {
                    "id": "012874-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/012874-2026",
                    "datePublished": "2026-02-12T12:59:50Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-02-12T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-06T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ]
}