Scope
Reference
CN250245
Description
The Traffic Systems Asset Maintenance contract provides 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 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 existing assets using capital funding, and the provision of new Kent County Council funded signal schemes, 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.
As this is a Services contract, the annual contract value is subject to fluctuation. Services will generally be called off from a Schedule of Rates (SORs) as required.
The expected annual value is approximately £2.3 million to £2.8 million, giving an overall expected contract value of £23 million to £28 million, broken down as follows:
-Initial Term (5 years): £11.5 million - £14 million
-Optional Extension Term (up to 5 years): £11.5 million - £14 million
The anticipated contract periods are:
-Initial Term: 01 April 2026 - 31 March 2031
-Optional Extension: 01 April 2031 - 31 March 2036
An anticipated maximum contract value of £45 million has been set to allow for inflation, compensation events, additional requirements, changes to service levels, budgetary adjustments, additional in‑scope activities, and other variations. All values are estimates and may be exceeded during the life of the contract.
Contract 1
Supplier
Contract value
- £45,000,000 excluding VAT
- £54,000,000 including VAT
Above the relevant threshold
Award decision date
12 February 2026
Date assessment summaries were sent to tenderers
12 February 2026
Standstill period
- End: 23 February 2026
- 8 working days
Earliest date the contract will be signed
6 March 2026
Contract dates (estimated)
- 1 April 2026 to 31 March 2031
- Possible extension to 31 March 2036
- 10 years
Description of possible extension:
The periods for extension will consist of either multiple single-year extensions, the full five (5) year period, or any other combination
subject to the maximum service period not having been exceeded by any prior extension.
Main procurement category
Services
CPV classifications
- 34990000 - Control, safety, signalling and light equipment
- 50000000 - Repair and maintenance services
Contract locations
- UKJ4 - Kent
Information about tenders
- 1 tender received
- 1 tender assessed in the final stage:
- 0 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 0 suppliers unsuccessful (details included for contracts over £5 million)
Submission
Submission type
Requests to participate
Procedure
Procedure type
Competitive flexible procedure
Supplier
TELENT TECHNOLOGY SERVICES LIMITED
- Companies House: 00703317
- Public Procurement Organisation Number: PYGC-6427-QMNZ
Point 3 Haywood Road
Warwick
CV34 5AH
United Kingdom
Email: centraldigitalplatform@telent.com
Website: http://www.telent.com
Region: UKG13 - Warwickshire
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Connected people/organisations:
Organisation Name: Telent Communications Holdings Limited
Companies House Number: 00319092
Registered Address: Point 3, Haywood Road, Warwick, CV34 5AH, UK
Organisation Name: Cyro Cyber Limited
Companies House Number: 13493753
Registered Address: Point 3, Haywood Road, Warwick, CV34 5AH, UK
Associated people/organisations:
Below is the current list of sub-contractors for this contract. Sub-contractors may change throughout the life of the contract. The contracting authority will ensure compliance with the procurement regulations in the event of a change to the list of sub-contractors:
Organisation Name: Signal Services Limited
Companies House Number: 03449939
Registered Address: A3 Broomsleigh Business Park, Worsley Bridge Road, London, SE26 5BN
Organisation Name: Traffi-Co Limited
Companies House Number: 03610760
Registered Address: Kings Parade, Lower Coombe Street, Croydon, Surrey, CR0 1AA
Organisation Name: LTraffic Limited
Companies House Number: 08571891
Registered Address: Amhurst Bank Cade Street, Heathfield, East Sussex, TN21 9BU
Organisation Name: Briant Traffic Limited
Companies House Number: 10852831
Registered Address: Upper Barngarth Farm, Cox Street, Detling, Maidstone, ME14 3HE
Organisation Name: BE Systems Limited
Companies House Number: 14449308
Registered Address: Suite 131 80 Churchill Square, West Malling, Kent, ME19 4YU
Organisation Name: SRL Traffic Systems Limited
Companies House Number: 03466427
Registered Address: Unit 15 Road 5, Winsford Industrial Estate, Winsford, Cheshire, CW7 3SG
Organisation Name: Core Highways (SouthEast) Limited
Companies House Number: 10955408
Registered Address: Tormohun House Barton Hill Road, Torquay,
TQ2 8JH,
Organisation Name: Doocey Traffic Management Limited
Companies House Number: 0301214
Registered Address: The Old Stables Watery Lane, Alexandra Road, Tipton, West Midlands, DY4 8TB
Organisation Name: Go Traffic Management Limited
Companies House Number: 08786702
Registered Address: Chaddock Lane, Manchester, M28 1XW
Organisation Name: Traffic Group Signals Limited
Companies House Number: 04552828
Registered Address: White Lion House, Gloucester Road, Cheltenham, Gloucestershire, GL51 0TF
Organisation Name: Inspectorate Limited
Companies House Number: 04760744
Registered Address: The Sanderum Centre, Sanderum House, Chinnor, Oxfordshire, OX39 4TW
Contract 1
Contracting authority
Kent County Council
- Public Procurement Organisation Number: PLDL-8938-YGYW
County Hall
Maidstone
ME14 1XQ
United Kingdom
Email: cameron.croucher@kent.gov.uk
Website: https://www.kent.gov.uk/
Region: UKJ45 - Mid Kent
Organisation type: Public authority - sub-central government