Notice Information
Notice Title
Traffic Signals and Intelligent Transport Systems
Notice Description
This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the PA 2023. The proposed contract will cover: - a) Maintenance of the existing traffic signals network and of intelligent transport equipment including but not limited to vehicle activated signs, variable message signs, car park guidance signs and rising bollards. b) Supply and installation of traffic signal equipment working with the Council's main works contractor or other principal contractors on larger scale or more complex schemes. c) Supply and installation of traffic signal equipment working as the main works contractor on smaller, less complex schemes that are predominantly traffic signals related with only relatively minor highway engineering works. d) Supply and installation of traffic signal equipment and intelligent transport equipment for scheduled upgrades and new sites. e) Maintenance of the Council's existing traffic signals communication network. f) All required traffic management and civil works for the above requirements.
Lot Information
Lot 1
Renewal: Subject to the provisions of Clause Z21 of the Conditions of Contract the Service Period may be extended by up to 84 months. The last possible Service Period end date is 30th June 2040.
Planning Information
Market engagement was undertaken prior to commencement of the Procurement Act 2023. A Prior Information Notice was issued on 14 March 2024 Reference 2024/S 000-008276. Interested suppliers were instructed to register on Intend, the Council's e-procurement system. Suppliers had until noon on 5 June 2024 to express an interest. All suppliers that expressed an interest were invited to attend one-to-one sessions over Teams on the 13 May, 3 June or 4 June 2024. An agenda was available for all suppliers that expressed an interest in participating. This set out the topics to be covered in the session. The same topics were covered with all suppliers and were as follows: 1. Introductions 2. Overview of the procurements and Norfolk County Council 3. Introduction to the Supplier's business 4. Discussion around getting the best provider and best contract assessing: a) Scope b) Price c) The contract term d) Main features of the proposed contract e) KPIs/ Incentives f) How carbon reduction and sustainability can be best incorporated into the contracts g) Tender evaluation - price v quality split, social value and carbon h) Location i) Procurement process and programme
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-051edc
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/054441-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- 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
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
32000000 - Radio, television, communication, telecommunication and related equipment
34920000 - Road equipment
34996100 - Traffic lights
35125300 - Security cameras
45231000 - Construction work for pipelines, communication and power lines
45233100 - Construction work for highways, roads
45316211 - Installation of illuminated road signs
45316212 - Installation of traffic lights
45316213 - Installation of traffic guidance equipment
45317000 - Other electrical installation work
50232200 - Traffic-signal maintenance services
71322500 - Engineering-design services for traffic installations
Notice Value(s)
- Tender Value
- £13,000,000 £10M-£100M
- Lots Value
- £13,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Sep 20255 months ago
- Submission Deadline
- 31 Oct 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Jun 2026 - 30 Jun 2033 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORFOLK COUNTY COUNCIL
- Contact Name
- Not specified
- Contact Email
- sourcingteam@norfolk.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- NORWICH
- Postcode
- NR1 2DH
- Post Town
- Norwich
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH5 Norfolk
- Small Region (ITL 3)
- TLH51 Norwich and East Norfolk
- Delivery Location
- TLH15 Norwich and East Norfolk, TLH16 North and West Norfolk, TLH17 Breckland and South Norfolk
-
- Local Authority
- Norwich
- Electoral Ward
- Lakenham
- Westminster Constituency
- Norwich South
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/054441-2025
5th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/025189-2025
22nd 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-051edc-2025-09-05T17:22:23+01:00",
"date": "2025-09-05T17:22:23+01:00",
"ocid": "ocds-h6vhtk-051edc",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PDYH-3246-XWTR",
"name": "Norfolk County Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PDYH-3246-XWTR"
},
"address": {
"streetAddress": "County Hall, Martineau Lane",
"locality": "Norwich",
"postalCode": "NR1 2DH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH15"
},
"contactPoint": {
"email": "sourcingteam@norfolk.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
],
"url": "http://www.norfolk.gov.uk"
}
}
],
"buyer": {
"id": "GB-PPON-PDYH-3246-XWTR",
"name": "Norfolk County Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Market engagement was undertaken prior to commencement of the Procurement Act 2023. A Prior Information Notice was issued on 14 March 2024 Reference 2024/S 000-008276. Interested suppliers were instructed to register on Intend, the Council's e-procurement system. Suppliers had until noon on 5 June 2024 to express an interest. All suppliers that expressed an interest were invited to attend one-to-one sessions over Teams on the 13 May, 3 June or 4 June 2024. An agenda was available for all suppliers that expressed an interest in participating. This set out the topics to be covered in the session. The same topics were covered with all suppliers and were as follows: 1. Introductions 2. Overview of the procurements and Norfolk County Council 3. Introduction to the Supplier's business 4. Discussion around getting the best provider and best contract assessing: a) Scope b) Price c) The contract term d) Main features of the proposed contract e) KPIs/ Incentives f) How carbon reduction and sustainability can be best incorporated into the contracts g) Tender evaluation - price v quality split, social value and carbon h) Location i) Procurement process and programme",
"dateMet": "2024-06-05T00:00:00+01:00",
"status": "met"
}
],
"documents": [
{
"id": "025189-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/025189-2025",
"datePublished": "2025-05-22T15:57:46+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "NCCT42830",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Traffic Signals and Intelligent Transport Systems",
"description": "This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the PA 2023. The proposed contract will cover: - a) Maintenance of the existing traffic signals network and of intelligent transport equipment including but not limited to vehicle activated signs, variable message signs, car park guidance signs and rising bollards. b) Supply and installation of traffic signal equipment working with the Council's main works contractor or other principal contractors on larger scale or more complex schemes. c) Supply and installation of traffic signal equipment working as the main works contractor on smaller, less complex schemes that are predominantly traffic signals related with only relatively minor highway engineering works. d) Supply and installation of traffic signal equipment and intelligent transport equipment for scheduled upgrades and new sites. e) Maintenance of the Council's existing traffic signals communication network. f) All required traffic management and civil works for the above requirements.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"scheme": "CPV",
"id": "34920000",
"description": "Road equipment"
},
{
"scheme": "CPV",
"id": "34996100",
"description": "Traffic lights"
},
{
"scheme": "CPV",
"id": "35125300",
"description": "Security cameras"
},
{
"scheme": "CPV",
"id": "45231000",
"description": "Construction work for pipelines, communication and power lines"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45316211",
"description": "Installation of illuminated road signs"
},
{
"scheme": "CPV",
"id": "45316212",
"description": "Installation of traffic lights"
},
{
"scheme": "CPV",
"id": "45316213",
"description": "Installation of traffic guidance equipment"
},
{
"scheme": "CPV",
"id": "45317000",
"description": "Other electrical installation work"
},
{
"scheme": "CPV",
"id": "50232200",
"description": "Traffic-signal maintenance services"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
}
],
"deliveryAddresses": [
{
"region": "UKH15",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH16",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH17",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH15",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH16",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH17",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 15600000,
"amount": 13000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2033-06-30T23:59:59+01:00",
"maxExtentDate": "2040-06-30T23:59:59Z"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 15600000,
"amount": 13000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As described in the tender documents."
},
{
"type": "technical",
"description": "As described in the tender documents."
}
]
},
"renewal": {
"description": "Subject to the provisions of Clause Z21 of the Conditions of Contract the Service Period may be extended by up to 84 months. The last possible Service Period end date is 30th June 2040."
}
}
],
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Council will be using the Competitive Flexible Procedure as defined in the Procurement Act 2023. The process will be as follows: - 1. Bidders will complete the Invitation to Initial Tender (including pricing) and submit in accordance with the timelines at Section 5 of this Invitation to Initial Tender. 2. Tenders will be assessed in accordance with the requirements of the Procurement Act 2023. The Council may decide to undertake these assessment stages in any order or to undertake one or more stages concurrently. This means that if your response fails at any stage of the ITT evaluation process, there may not necessarily be feedback on other stages. However, you will be provided with feedback on any scores you are awarded prior to your tender being rejected in accordance with the Procurement Act 2023. 3. If there are three bidders or fewer who pass Form A, B, C and D of the Invitation to Initial Tender and pass the Quality Threshold for Form F and submit the required documents for Form G then those bidders will be invited to participate in dialogue and submit a final tender. 4. If there are more than three bidders who pass Form A, B, C and D and pass the Quality Threshold for Form F and submit the required documents for Form G, then the Council will take through the three top scoring bids (or four or more bids in the event of a tie for third place). The Initial Tenders will be scored in accordance with the process set out in this Invitation to Initial Tender. 5. During dialogue, bidders will be able to refine their bid (including pricing) and the Council reserves the right to amend the Scope, pricing documents and terms and conditions before requesting Final Tenders. Any score given at this stage [including any pass in a pass/fail question] will not be carried forward to the assessment of final tenders after dialogue and bidders should note that as factors including Scope, pricing documents and terms and conditions are all liable to change, their final tenders after dialogue are likely to require substantial revision to reflect such changes and the feedback given in dialogue. 6. At the close of dialogue, bidders will be issued with the Invitation to Final Tender (including the final Scope, pricing documents and terms and conditions). 7. Bidders should note that the Council may request a further version of the pricing list and/or raise clarifications on your quality response before dialogue. 8. It is always the bidder's responsibility to ensure that their application is as complete and detailed as possible at each stage. Although the Council will discuss and comment on your quality and price responses, it is not for the Council to raise every weakness in your response in its assessment of initial tenders or during dialogue."
},
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "This procurement will be managed electronically via the Council's e-procurement system. To participate in this procurement, applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc. Full instructions for registration and use of the system can be found at https://intendhost.co.uk/norfolkcc/aspx/BuyerProfiles. Once registered you will be able to see the procurement project under the 'tenders' section and 'express an interest' to view the documentation. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing support@in-tend.co.uk. The Procurement Act 2023 requires bidders to be registered on Find a Tender (Central Digital Platform) before they are able to bid for contracts. Should you wish to bid for this contract when it is live it is essential that you do this. Instructions on what needs to be done can be found here: https://www.youtube.com/watch?v=XxsbVW4q-k0",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-10-31T10:00:00Z"
},
"enquiryPeriod": {
"endDate": "2025-10-03T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-02-13T23:59:59Z"
},
"lotDetails": {
"noLotsDivisionRationale": "Justification for decision not to subdivide into lots (section 18(2)(b) of the Procurement Act 2023) - The Council requires continuity in the provision of the service across the County."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "054441-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/054441-2025",
"datePublished": "2025-09-05T17:22:23+01:00",
"format": "text/html"
}
],
"riskDetails": "Please note Norfolk County Council has joined the government's Devolution Priority Programme. This process has the potential to lead to the establishment of a county combined authority for Norfolk and Suffolk, with strategic powers, headed by an elected mayor. A consultation is under way. Government has also invited participation by Norfolk in Local Government Review. This process has the potential to lead to unitary local government in Norfolk. One of these changes could happen without the other. The contract may be assigned or novated to any successor authority(ies) to Norfolk County Council or to any joint body incorporating or formed by any such successor."
},
"language": "en"
}