{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-72fa466a-871f-4638-8c47-4bdfa70af5e3-2020-03-23T13:12:31Z",
    "date": "2020-03-23T13:12:31Z",
    "ocid": "ocds-b5fd17-72fa466a-871f-4638-8c47-4bdfa70af5e3",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "RM1089",
        "title": "Traffic Management Technology 2",
        "description": "Crown Commercial Service as the contracting authority has put in place a Framework Agreement for the provision of Traffic Management Technology 2 (TMT2). TMT2 can be accessed by all UK Public Sector bodies, but is designed specifically for Central Government, Devolved Administrations, Local Authorities, including Local Transport Authorities and Combined Authorities, Health and Police. This is to assist them in meeting their duties under the Traffic Management Act (TMA) and other traffic related duties as appropriate to the Public bodiesusing this Framework. Contract Finder link: https://www.contractsfinder.service.gov.uk/Notice/4ea1da55-060f-44cc-adc1-8fd793fdfbc6 Additional information: The following information has been captured in accordance with the requirements of Regulation 50 of the Public Contracts Regulations 2015: The Authority received a total of 100 tenders in response to this procurement, all of which were received electronically via the Authority's e-Sourcing Suite. The Authority received 57 tenders from economic operators which are small and medium enterprises (SMEs). The Authority received 5 tenders from non-EU States or other EU Member States. This Framework Agreement commenced on 31.10.2016 for an initial term of 4 years, unless terminated earlier in line with its terms. Due to the current COVID-19 pandemic, Crown Commercial Service (CCS) believes that the first condition set out in Regulation 72(1)(c) Public Contracts Regulations 2015 has been fulfilled in respect of the Framework Agreement. Crown Commercial Service has taken the decision to extend existing framework agreements that were due for reprocurement for a period of twelve (12 months). This is to enable CCS resource to be diverted to procuring urgent requirements to deal with COVID-19 consequences and to relieve pressure on the supply chain while short staffed, to enable businesses to continue to deliver services and goods to customers. CCS intends to deliver replacement framework agreements as quickly as possible after the initial COVID-19 impact",
        "datePublished": "2020-03-23T13:12:31Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "31158100",
            "description": "Battery chargers"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "31500000",
                "description": "Lighting equipment and electric lamps"
            },
            {
                "scheme": "CPV",
                "id": "31600000",
                "description": "Electrical equipment and apparatus"
            },
            {
                "scheme": "CPV",
                "id": "31720000",
                "description": "Electromechanical equipment"
            },
            {
                "scheme": "CPV",
                "id": "31730000",
                "description": "Electrotechnical equipment"
            },
            {
                "scheme": "CPV",
                "id": "32000000",
                "description": "Radio, television, communication, telecommunication and related equipment"
            },
            {
                "scheme": "CPV",
                "id": "34920000",
                "description": "Road equipment"
            },
            {
                "scheme": "CPV",
                "id": "34970000",
                "description": "Traffic-monitoring equipment"
            },
            {
                "scheme": "CPV",
                "id": "34990000",
                "description": "Control, safety, signalling and light equipment"
            },
            {
                "scheme": "CPV",
                "id": "35125110",
                "description": "Biometric sensors"
            },
            {
                "scheme": "CPV",
                "id": "38100000",
                "description": "Navigational and meteorological instruments"
            },
            {
                "scheme": "CPV",
                "id": "38200000",
                "description": "Geological and geophysical instruments"
            },
            {
                "scheme": "CPV",
                "id": "38300000",
                "description": "Measuring instruments"
            },
            {
                "scheme": "CPV",
                "id": "38400000",
                "description": "Instruments for checking physical characteristics"
            },
            {
                "scheme": "CPV",
                "id": "38730000",
                "description": "Parking meters"
            },
            {
                "scheme": "CPV",
                "id": "45200000",
                "description": "Works for complete or part construction and civil engineering work"
            },
            {
                "scheme": "CPV",
                "id": "45316000",
                "description": "Installation work of illumination and signalling systems"
            },
            {
                "scheme": "CPV",
                "id": "48000000",
                "description": "Software package and information systems"
            },
            {
                "scheme": "CPV",
                "id": "50000000",
                "description": "Repair and maintenance services"
            },
            {
                "scheme": "CPV",
                "id": "63712710",
                "description": "Traffic monitoring services"
            },
            {
                "scheme": "CPV",
                "id": "71241000",
                "description": "Feasibility study, advisory service, analysis"
            },
            {
                "scheme": "CPV",
                "id": "71311200",
                "description": "Transport systems consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71351600",
                "description": "Weather-forecasting services"
            },
            {
                "scheme": "CPV",
                "id": "71600000",
                "description": "Technical testing, analysis and consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71700000",
                "description": "Monitoring and control services"
            },
            {
                "scheme": "CPV",
                "id": "72100000",
                "description": "Hardware consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "72200000",
                "description": "Software programming and consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "72300000",
                "description": "Data services"
            },
            {
                "scheme": "CPV",
                "id": "72500000",
                "description": "Computer-related services"
            },
            {
                "scheme": "CPV",
                "id": "73000000",
                "description": "Research and development services and related consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "75100000",
                "description": "Administration services"
            },
            {
                "scheme": "CPV",
                "id": "79311300",
                "description": "Survey analysis services"
            },
            {
                "scheme": "CPV",
                "id": "79314000",
                "description": "Feasibility study"
            },
            {
                "scheme": "CPV",
                "id": "79315000",
                "description": "Social research services"
            },
            {
                "scheme": "CPV",
                "id": "79320000",
                "description": "Public-opinion polling services"
            },
            {
                "scheme": "CPV",
                "id": "79415200",
                "description": "Design consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "79800000",
                "description": "Printing and related services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 500000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 750000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2016-08-11T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2016-10-31T00:00:00Z",
            "endDate": "2020-10-30T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/af4df268-0c07-4fc4-aedc-e56a91a82869",
                "datePublished": "2020-03-23T13:12:31Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "awardNotice",
                "description": "Corrigendum",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/00fe5a8e-ae67-460f-a1bc-c3d209286729",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "The Minister for the Cabinet Office acting through Crown Commercial Service part of the Crown",
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "+44 3450103503"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    }
}