Published date: 23 March 2020
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Battery chargers - 31158100
Lighting equipment and electric lamps - 31500000
Electrical equipment and apparatus - 31600000
Electromechanical equipment - 31720000
Electrotechnical equipment - 31730000
Radio, television, communication, telecommunication and related equipment - 32000000
Road equipment - 34920000
Traffic-monitoring equipment - 34970000
Control, safety, signalling and light equipment - 34990000
Biometric sensors - 35125110
Navigational and meteorological instruments - 38100000
Geological and geophysical instruments - 38200000
Measuring instruments - 38300000
Instruments for checking physical characteristics - 38400000
Parking meters - 38730000
Works for complete or part construction and civil engineering work - 45200000
Installation work of illumination and signalling systems - 45316000
Software package and information systems - 48000000
Repair and maintenance services - 50000000
Traffic monitoring services - 63712710
Feasibility study, advisory service, analysis - 71241000
Transport systems consultancy services - 71311200
Weather-forecasting services - 71351600
Technical testing, analysis and consultancy services - 71600000
Monitoring and control services - 71700000
Hardware consultancy services - 72100000
Software programming and consultancy services - 72200000
Data services - 72300000
Computer-related services - 72500000
Research and development services and related consultancy services - 73000000
Administration services - 75100000
Survey analysis services - 79311300
Feasibility study - 79314000
Social research services - 79315000
Public-opinion polling services - 79320000
Design consultancy services - 79415200
Printing and related services - 79800000
Location of contract
Any region
Value of contract
£500,000,000 to £750,000,000
Procurement reference
RM1089
Published date
23 March 2020
Closing date
11 August 2016
Contract start date
31 October 2016
Contract end date
30 October 2020
Contract type
Supply contract
Procedure type
Open procedure (above threshold)
Any interested supplier may submit a tender in response to an opportunity notice.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
Yes
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
More information
Attachments
-
- RM1089 corrigendum .pdf
- Award notice
- Corrigendum
Additional text
-
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
About the buyer
Contact name
The Minister for the Cabinet Office acting through Crown Commercial Service part of the Crown
Address
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
England
Telephone
+44 3450103503
Share this notice
Closing: 11 August 2016
All content is available under the
