Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Croydon
Bernard Weatherill House, 8 Mint Walk,
Croydon,
CR0 1EA
UK
Contact person: Clare Harris
E-mail: Clare.harris@croydon.gov.uk
NUTS: UKI62
Internet address(es)
Main address: www.croydon.gov.uk
I.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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
TMO Order Making Mapping System Tender
Reference number: LBC/TN/427
II.1.2) Main CPV code
63712700
II.1.3) Type of contract
Services
II.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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
63712710
II.2.3) Place of performance
NUTS code:
UKI62
Main site or place of performance:
II.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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per procurement documentation
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/04/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
09/04/2025
Local time: 12:00
Place:
In-Tend
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.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
VI.4) Procedures for review
VI.4.1) Review body
London Borough of Croydon
London borough of Croydon Mint Walk Croydon CR0 1EA
croydon
CR0 1EA
UK
E-mail: toni.dowding@croydon.gov.uk
VI.4.2) Body responsible for mediation procedures
London Borough of Croydon
London borough of Croydon Mint Walk Croydon CR0 1EA
Croydon
UK
E-mail: toni.dowding@croydon.gov.uk
VI.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
VI.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
UK
VI.5) Date of dispatch of this notice
13/03/2025