Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/012874-2026
12th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/028406-2025
29th May 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/020000-2025
9th May 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/019906-2025
9th May 2025 - Preliminary market engagement notice on Find a Tender
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-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"
}
]
}
]
}