{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04e6d7-2025-02-21T14:33:20Z",
    "date": "2025-02-21T14:33:20Z",
    "ocid": "ocds-h6vhtk-04e6d7",
    "initiationType": "tender",
    "tender": {
        "id": "EPRO1000131/ERFX1001754",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Traffic Signals Installation Framework Agreement 2025",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45316212",
            "description": "Installation of traffic lights"
        },
        "mainProcurementCategory": "works",
        "description": "The Framework Agreement for Traffic Signals Installation will cover Installation of new traffic signals, replacement of traffic signals and associated infrastructure improvements, and will comprise the following work types: - Installation of new traffic signal controlled junctions; - Modification and refurbishment of existing traffic signal controlled junctions; - Commissioning of new, modified and refurbished traffic signal controlled junctions; - Cyclic maintenance activities, vegetation removal etc. - Carriageway & footpath resurfacing - Kerb alterations - Landscaping in the vicinity of the above? - Surveys and investigations required to inform the design (by others) of the above; - Site clearance related to the above; - Traffic management associated with the above activities; and - Performing the role of Principal Contractor where appointed. The estimated spend per annum through the framework is expected to be in the region of PS10,000,000 with an overall Framework limit of PS60,000,000.00. Work under the framework will be awarded as 'Task Orders' as the as a result of running further-competitions as set out in the conditions of contract.",
        "value": {
            "amount": 60000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This procurement is for the establishment of a Framework Agreement. The term of the Framework Agreement will be 48 months. The conditions of contract will be a bespoke Framework Agreement with the award of work through further competition as 'Task Orders' using the NEC4 ECC (Engineering and Construction Contract) Up to Four suppliers will be appointed to the Framework Agreement. This procurement is being conducted under PCR2015 and not PA2023. The Framework Agreement will cover Installation of new traffic signals, replacement of traffic signals and associated infrastructure improvements, and will comprise the following work types: - Installation of new traffic signal controlled junctions; - Modification and refurbishment of existing traffic signal controlled junctions; - Commissioning of new, modified and refurbished traffic signal controlled junctions; - Cyclic maintenance activities, vegetation removal etc. - Carriageway & footpath resurfacing - Kerb alterations - Landscaping in the vicinity of the above? - Surveys and investigations required to inform the design (by others) of the above; - Site clearance related to the above; - Traffic management associated with the above activities; and - Performing the role of Principal Contractor where appointed. The estimated spend per annum through the framework is expected to be in the region of PS10,000,000 with an overall Framework limit of PS60,000,000",
                "value": {
                    "amount": 60000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKK23"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://supplierlive.proactisp2p.com",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-04-25T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "awardPeriod": {
            "startDate": "2025-04-25T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-04-25T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-1532",
            "name": "Somerset County Council",
            "identifier": {
                "legalName": "Somerset County Council"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Taunton",
                "region": "UKK23",
                "postalCode": "TA1 4DY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mark Brown",
                "telephone": "+44 3001232224",
                "email": "commercialandprocurement@somerset.gov.uk",
                "url": "https://supplierlive.proactisp2p.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.somerset.gov.uk",
                "buyerProfile": "https://supplierlive.proactisp2p.com",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AGENCY",
                        "description": "Regional or local agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-103",
            "name": "Public Procurement Review Service",
            "identifier": {
                "legalName": "Public Procurement Review Service"
            },
            "address": {
                "streetAddress": "Cabinet Office",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3450103503",
                "email": "publicprocurementreview@cabinetoffice.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1532",
        "name": "Somerset County Council"
    },
    "language": "en"
}