← Back to opportunities

Highways Enforcement System Framework

Manchester City Council

Buyer Contact Info

Buyer Name: Manchester City Council

Buyer Address: Town Hall Extension, Manchester, UKD33, M60 2LA, United Kingdom

Contact Email: procurement@manchester.gov.uk

Status
active
Procedure
open
Value
6000000.0 GBP
Gross: 7200000 GBP
Published
07 Aug 2025, 10:26
Deadline
09 Sep 2025, 10:00
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
34970000 - Traffic-monitoring equipment
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The framework will support the provision and supply of a System to Enforce Bus Lanes, Moving Traffic Offences and Parking in Cycle Lanes, including maintenance. The Council improve road safety, tackle congestion and encourage sustainable travel modes by enforcing contraventions of Traffic Regulation Orders such as, but not limited to: Bus Lanes and Gates Driving through a 'No Entry' sign Making banned turns Entering yellow box junctions when the exit is not clear Driving where and when motor vehicles are prohibited Parking in Mandatory Cycle Lanes The Council are seeking to create a Framework through which we can procure one or more Enforcement System capable of delivering the requirements specified within the associated tender documents. The Enforcement System must be fully approved by the Vehicle Certification Agency for use by local authorities enforcing Bus Lanes and Moving Traffic Offences prior to submitting your tender bid. Associated Tender Documents can be found on this link: https://procontract.due-north.com/Advert?advertId=42b85fb4-cf72-f011-813a-005056b64545 The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be mailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: www.the-chest.org.uk

Link Description: The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including procurement specific questionnaire, via the on-line portal by 11am on 9th September 2025 as referred to in the tender documentation. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.

External Link: https://procontract.due-north.com/Advert?advertId=42b85fb4-cf72-f011-813a-005056b64545

External Link: https://www.find-tender.service.gov.uk/Notice/046828-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 6,000,000

Lot 1 Value (Gross): GBP 7,200,000

Lot 1 Contract Start: 2025-11-19T00:00:00Z

Lot 1 Contract End: 2027-11-18T23:59:59Z

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Quality (30%)

Lot 1 Award Criterion (quality): Social Value (20%)

Lot 1 Award Criterion (quality): Environment (10%)

Lot 1 Award Criterion (price): Price (40%)

Documents

Document Description: Not published

Document Description: The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including procurement specific questionnaire, via the on-line portal by 11am on 9th September 2025 as referred to in the tender documentation. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PLNV-8798-LDMP",
    "name": "Manchester City Council"
  },
  "date": "2025-08-07T11:26:24+01:00",
  "id": "046828-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-050a3c",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Manchester",
        "postalCode": "M60 2LA",
        "region": "UKD33",
        "streetAddress": "Town Hall Extension"
      },
      "contactPoint": {
        "email": "procurement@manchester.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.manchester.gov.uk"
      },
      "id": "GB-PPON-PLNV-8798-LDMP",
      "identifier": {
        "id": "PLNV-8798-LDMP",
        "scheme": "GB-PPON"
      },
      "name": "Manchester City Council",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-11-14T23:59:59Z"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The framework will support the provision and supply of a  System to Enforce Bus Lanes, Moving Traffic Offences and Parking in Cycle Lanes, including maintenance.\nThe Council improve road safety, tackle congestion and encourage sustainable travel modes by enforcing contraventions of Traffic Regulation Orders such as, but not limited to: \nBus Lanes and Gates \nDriving through a \u0027No Entry\u0027 sign \nMaking banned turns \nEntering yellow box junctions when the exit is not clear \nDriving where and when motor vehicles are prohibited \nParking in Mandatory Cycle Lanes \n The Council are seeking to create a Framework through which we can procure one or more Enforcement System capable of delivering the requirements specified within the associated tender documents. \nThe Enforcement System must be fully approved by the Vehicle Certification Agency for use by local authorities enforcing Bus Lanes and Moving Traffic Offences prior to submitting your tender bid.\nAssociated Tender Documents can be found on this link:\nhttps://procontract.due-north.com/Advert?advertId=42b85fb4-cf72-f011-813a-005056b64545\nThe Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be mailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "description": "The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including procurement specific questionnaire, via the on-line portal by 11am on 9th September 2025 as referred to in the tender documentation. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.",
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "www.the-chest.org.uk"
      },
      {
        "documentType": "biddingDocuments",
        "id": "L-2",
        "url": "https://procontract.due-north.com/Advert?advertId=42b85fb4-cf72-f011-813a-005056b64545"
      },
      {
        "documentType": "technicalSpecifications",
        "id": "L-3",
        "url": "https://procontract.due-north.com/Advert?advertId=42b85fb4-cf72-f011-813a-005056b64545"
      },
      {
        "datePublished": "2025-08-07T11:26:24+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "046828-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/046828-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-08-28T23:59:00+01:00"
    },
    "id": "P-0783",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Traffic-monitoring equipment",
            "id": "34970000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKD33"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "For the Quality Criterion suppliers will be scored on their responses to the relevant quality questions within the Tender Questionnaire. \nSuppliers must score at least a mean average score of 3 (i.e.... \nSuppliers must score at least 18% out of the total 30% for the Quality Criterion) across the Quality criteria as a whole. Tenders that fail to meet this score threshold will not be considered further. \nThe Council may also, at its discretion, exclude a tender that scores 0 or 1 on any individual criterion. \nFurther details on the award criteria can be found within the procurement documentation.",
              "name": "Quality",
              "numbers": [
                {
                  "number": 30,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Suppliers must self-certify that they and their subcontractors pay the Real Living Wage and do not operate zero-hour contracts. \nSuppliers that fail to do this will be excluded and their tenders will not be considered further. \nFor the Social Value Criterion suppliers will be scored on their responses to the relevant Social Value questions within the Tender Questionnaire. \nFurther details on the award criteria can be found within the procurement documentation.",
              "name": "Social Value",
              "numbers": [
                {
                  "number": 20,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "For the Environment Criterion suppliers will be scored on their responses to the relevant Environment questions within the Tender Questionnaire. \nFurther details on the award criteria can be found within the procurement documentation.",
              "name": "Environment",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Suppliers are required to complete the Pricing Schedule within the procurement documentation.  \nThe Price score will be calculated following the relevant methodology set out within the Award Criteria section of the ITT document.  \nSuppliers that fail to complete and provide the Pricing Schedule, in full, will be excluded and their tenders will not be considered further.",
              "name": "Price",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2027-11-18T23:59:59Z",
          "maxExtentDate": "2029-11-18T23:59:59Z",
          "startDate": "2025-11-19T00:00:00Z"
        },
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The effectiveness of the framework will be reviewed with the option to extend up to 2 years at 12 monthly intervals."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "See tender documents",
              "type": "economic"
            },
            {
              "description": "See tender documents",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 6000000,
          "amountGross": 7200000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "goods",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "status": "active",
    "submissionMethodDetails": "The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including procurement specific questionnaire, via the on-line portal by 11am on 9th September 2025 as referred to in the tender documentation. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "description": "Each time the Council need to call off from this framework, a competitive selection process will be conducted.  \nThe specific requirements for each call off will be shared with both suppliers on the framework, who will be asked to provide a quotation to fulfil the requirements.   \nThe Council will rely on the contractors to determine the number of enforcement units their solution would need to satisfy the Council\u0027s requirements as part of the quotation process.  The Council will not be responsible for any costs associated with or incurred as part of the quotation process such as site visits or surveys.  \nWhere stated in the framework pricing schedule, prices submitted during a further competition exercise must not exceed the relevant rates detailed in the Schedule of Rates (SOR) submitted at the tender stage. \nFixed prices agreed during the appointment to the framework process, stated in the framework pricing schedule, will be prepopulated in further competition Pricing Schedule. \nThe Council reserves the right to not award to either contractor.",
        "maximumParticipants": 2,
        "method": "withReopeningCompetition",
        "type": "closed"
      },
      "hasFrameworkAgreement": true
    },
    "tenderPeriod": {
      "endDate": "2025-09-09T11:00:00+01:00"
    },
    "title": "Highways Enforcement System Framework",
    "value": {
      "amount": 6000000,
      "amountGross": 7200000,
      "currency": "GBP"
    }
  }
}