Buyer Name: Kent County Council
Buyer Address: County Hall, Maidstone, UKJ45, ME14 1XQ, United Kingdom
Contact Email: cameron.croucher@kent.gov.uk
Buyer Name: Kent County Council
Buyer Address: County Hall, Maidstone, UKJ45, ME14 1XQ, United Kingdom
Contact Email: cameron.croucher@kent.gov.uk
Kent County Council is looking for a supplier to provide 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 need to 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 assets using capital funding, 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.
No linked documents found for this notice.
External Link: www.kentbusinessportal.org.uk
External Link: https://www.find-tender.service.gov.uk/Notice/020000-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 45,000,000.00
Lot 1 Value (Gross): GBP 54,000,000.00
Lot 1 Contract Start: 2026-04-01T00:00:00+01:00
Lot 1 Contract End: 2031-03-31T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (price): Price (100%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PLDL-8938-YGYW",
"name": "Kent County Council"
},
"date": "2025-05-09T11:41:35+01:00",
"id": "020000-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-050f4c",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Maidstone",
"postalCode": "ME14 1XQ",
"region": "UKJ45",
"streetAddress": "County Hall"
},
"contactPoint": {
"email": "cameron.croucher@kent.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "http://www.kent.gov.uk"
},
"id": "GB-PPON-PLDL-8938-YGYW",
"identifier": {
"id": "PLDL-8938-YGYW",
"scheme": "GB-PPON"
},
"name": "Kent County Council",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2025-10-27T23:59:59Z"
},
"description": "Kent County Council is looking for a supplier to provide 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:\n\u2022 Routine inspections of equipment to meet statutory duties\n\u2022 Fault repairs due to wear and tear or third-party damage\n\u2022 Temporary switch off traffic signals to allow third parties to undertake works\n\u2022 Planned works to modify existing assets or renew life expired equipment\n\u2022 Communications between on-street units and the Traffic Operations Centre in Aylesford\n\u2022 Provision, operation and management of a fault reporting/monitoring platform\n\u2022 Emergency call out to make damaged equipment safe during out of hours\nAll traffic systems assets used to manage the highway network are of a very specialist and technical nature. The supplier will need to 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.\nThe Intelligent Traffic Systems (ITS) inventory of equipment comprises the following:\n\u2022 365 traffic signal-controlled junctions\n\u2022 417 traffic light controlled pedestrian crossings (pelican, puffin, toucan, pegasus)\n\u2022 148 electronic roadside message signs (VMS)\n\u2022 236 electronic vehicle activated warning signs (VAS) \n\u2022 191 highway monitoring CCTV cameras\n\u2022 1 over-height vehicle detection site\nThis 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 assets using \ncapital funding, 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.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"documentType": "biddingDocuments",
"id": "L-1",
"url": "www.kentbusinessportal.org.uk"
},
{
"datePublished": "2025-05-09T11:41:35+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "020000-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/020000-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-05-26T12:00:00+01:00"
},
"expressionOfInterestDeadline": "2025-06-03T12:00:00+01:00",
"hasRecurrence": true,
"id": "ocds-h6vhtk-050f4c",
"items": [
{
"additionalClassifications": [
{
"description": "Control, safety, signalling and light equipment",
"id": "34990000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ4"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "The Price per Quality Point (PQP) evaluation methodology shall be used as detailed in the draft tender documentation.",
"name": "Price",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2036-03-31T23:59:59+01:00",
"startDate": "2026-04-01T00:00:00+01:00"
},
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "The periods for extension will consist of either multiple single-year extensions, the full five (5) year period, or any other combination \nsubject to the maximum service period not having been exceeded by any prior extension."
},
"selectionCriteria": {
"criteria": [
{
"description": "All suppliers that meet the conditions of participation shall be invited to tender stage.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"value": {
"amount": 45000000.0,
"amountGross": 54000000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"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."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"recurrence": {
"dates": [
{
"startDate": "2036-06-01T23:59:59+01:00"
}
]
},
"status": "active",
"submissionMethodDetails": "All submissions must be submitted via the Kent Business Portal - www.kentbusinessportal.org.uk",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"title": "CN250245 - Traffic Systems Asset Maintenance",
"value": {
"amount": 45000000.0,
"amountGross": 54000000.0,
"currency": "GBP"
}
}
}