Tender

TMO Order Making Mapping System Tender

  • London Borough of Croydon

F02: Contract notice

Notice identifier: 2025/S 000-009151

Procurement identifier (OCID): ocds-h6vhtk-04ec8e

Published 13 March 2025, 10:45am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Croydon

Bernard Weatherill House, 8 Mint Walk,

Croydon,

CR0 1EA

Contact

Clare Harris

Email

Clare.harris@croydon.gov.uk

Country

United Kingdom

NUTS code

UKI62 - Croydon

Internet address(es)

Main address

www.croydon.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/croydontenders/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

TMO Order Making Mapping System Tender

Reference number

LBC/TN/427

two.1.2) Main CPV code

  • 63712700 - Traffic control services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Croydon is looking to commission a software as a service solution to manage Traffic Orders and On-Street Parking infrastructure.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 63712710 - Traffic monitoring services

two.2.3) Place of performance

NUTS codes
  • UKI62 - Croydon

two.2.4) Description of the procurement

The London Borough of Croydon is looking to commission a software as a service solution to manage Traffic Orders and On-Street Parking infrastructure.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As set out in procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per procurement documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 April 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 April 2025

Local time

12:00pm

Place

In-Tend


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

We reserve the right not to proceed with this open competition. Nothing shall constitute a commitment to ordering unless we undertake an open competition that results in the award of a Contract. Any and all costs associated with the production of a response must be borne by the Supplier. We will not contribute in any way to meeting production costs of any response.Information contained within this document is confidential and must not be revealed to any third party without prior written consent from us.We expect that all responses to this will be provided by Potential Providers in good faith to the best of their ability in the light of information available at the time of their response.The tender will be published via the Council InTend e-Procurement Portal, at https://in-tendhost.co.uk/croydontenders/aspx/Home please register on the portal free of charge if your company has not already done so, to ensure you receive tender documents.Any supplier who responds indicating they wish to participate in the competition and does not register on the InTend e-procurement portal will not be issued with tender documentation

six.4) Procedures for review

six.4.1) Review body

London Borough of Croydon

London borough of Croydon Mint Walk Croydon CR0 1EA

croydon

CR0 1EA

Email

toni.dowding@croydon.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

London Borough of Croydon

London borough of Croydon Mint Walk Croydon CR0 1EA

Croydon

Email

toni.dowding@croydon.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Review procedures are as set out in PCR 2015 and are time limited. Any proceedings must be brought in the High court of England and Wales

six.4.4) Service from which information about the review procedure may be obtained

HM Courts and Tribunal Service

Royal Courts of Justice, The Strand, London WC2A

London

WC2A

Country

United Kingdom