Prior information notice
This notice is for prior information only
Section I: Contracting
authority
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.3) Communication
Additional information can be obtained from the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Other: Public Procurement
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Transport Technology
Reference number: RM6347
II.1.2) Main CPV code
34000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Transport Technologies for use by Central Government and UK public sector bodies.
A high level lotting structure being proposed is;
- Lot 1 - Transport Professional Services
- Lot 2 - Transport Data Services
- Lot 3 - Parking Management
- Lot 4 - Environmental Monitoring & Climate Resilience
- Lot 5 - Enforcement, Security & Compliance
- Lot 6 - Electric Vehicle Infrastructure
- Lot 7 - Systems & Platforms
- Lot 7a - System Integration
- Lot 7b - Smart Ticketing
- Lot 7c - Transport Network Management
- Lot 8 - Passive & Active Infrastructure
- Lot 8a - Network Devices
- Lot 8b - Cabinets, Furniture, Storage & Ancillaries
- Lot 8c - Lighting & Electrical
- Lot 8d - Traffic Management Technologies
- Lot 8e - Detectors, Informing systems & Communication technologies
Crown Commercial Service invites suggestions and feedback on the proposed structure of the Transport Technology structure, service lines or processes detailed in the Lots from the market including industry experts, specialists and suppliers.
To participate in market engagement please access the linked specification document from our website, and the included survey. We will not be accepting direct communication and feedback for this exercise. We ask people accessing this engagement to not contact our corporate email inbox, or members of CCS teams. Please provide all feedback directly into the survey format.
To access the specification, principles of the agreement and the questionnaire, go to our website: https://www.crowncommercial.gov.uk/agreements/RM6347
The survey covers your organisation, and gives space to provide feedback directly against aspects of the proposed structure.
If for any reason you are unable to access the questionnaire please get in touch with transporttechnology@crowncommercial.gov.uk so we can support access.
II.1.5) Estimated total value
Value excluding VAT:
3 498 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.2) Description
Lot No: 1
II.2.1) Title
Transport Professional Services
II.2.2) Additional CPV code(s)
34000000
34900000
71600000
72000000
73000000
73200000
73300000
79300000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1 is based around Transport related professional services, consultancy, project management. Services include Scope & Feasibility studies, Training and behavioural change, development of an organisations approach to Mobility as a Service, Design consultancy for Transport infrastructure and Type Approval, assurance, testing and evaluation.
CPV codes and full scope are still in development
Lot No: 2
II.2.1) Title
Transport Data Services
II.2.2) Additional CPV code(s)
34000000
34900000
71600000
72000000
72300000
73000000
73200000
79300000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 2 is based around Transport related data services. Capabilities will include the collection, processing, analysis and dissemination of data relating to Transport Systems. This pertains to data such as traffic flow, vehicle movement, public transit schedules, passenger counting and infrastructure utilisation.
CPV codes and full scope are still in development
Lot No: 3
II.2.1) Title
Parking Management
II.2.2) Additional CPV code(s)
18100000
31500000
32000000
34000000
34900000
38700000
48100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 3 is based around the Parking sector, bringing capabilities from service providers for outsourcing of their Parking requirements on-street or off-street. This includes Professional Services, Parking Enforcement Services, Back office platforms & Applications, Parking Operational Management and Parking Infrastructure
CPV codes and full scope are still in development
Lot No: 4
II.2.1) Title
Environmental Monitoring & climate resilience
II.2.2) Additional CPV code(s)
31000000
34000000
34900000
38000000
38100000
48100000
90700000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 4 is for Technology deployed across transport networks and in rural and urban areas to understand and address issues that affect the environment. Outdoor systems that provide insight and data regarding the environment and climate. Includes Professional Services, Data and Software Services, Environmental Monitoring Solutions (Weather, air, light, water, noise, dust and vibration, and animal and ecological technology.
CPV codes and full scope are still in development
Lot No: 5
II.2.1) Title
Enforcement, Security and Compliance
II.2.2) Additional CPV code(s)
18100000
32000000
34000000
34900000
35000000
35100000
48100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 5 is based around Enforcement, Security, Compliance and emergency service technologies and services. This Includes road traffic law enforcement devices (RTLED) and vehicle based compliance solutions, enabling systems that enable a record produced or measurement made by a prescribed device for enforcement action. Technology systems and services to prevent trespass, property damage and theft, anti-social behaviour and enhance security. Technologies for incident safety, or for emergency response.
CPV codes and full scope are still in development
Lot No: 6
II.2.1) Title
Electric Vehicle Infrastructure
II.2.2) Additional CPV code(s)
31100000
31200000
34000000
34900000
48100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 6 is for Electric Vehicle Charging Infrastructure, enabling systems. Includes Professional Services, Vehicle Charging points, Energy generation & storage, Infrastructure and ancillaries.
Capabilities for each solution may include some or all of; supply of equipment, system installation and configuration, integration with existing systems, installation and decommissioning Services, Servicing and Maintenance Services, ongoing technical support, and term service maintenance.
CPV codes and full scope are still in development
Lot No: 7
II.2.1) Title
Systems & Platforms
II.2.2) Additional CPV code(s)
30000000
30100000
30200000
34000000
34900000
48000000
48100000
48200000
48800000
72000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 7 is a lot, further divided into a sub-lotting structure, with a scope of;
Lot 7a - System Integration - Combining client hardware, software, and other components to create a unified Transport. Activities include system Integration, Project Management, configuration, maintenance & Support, security & compliance
Lot 7b - Smart Ticketing - System Integration specifically for Smart Ticketing / Integrated Travel. Covers Ticketing, Payment Systems, Customer Services, Back Office Tools and Ticketing solutions
Lot 7c - Transport Network Management - Lot 8 covers back office requirements within Transport. This involves intelligent asset management capabilities, system packages, software and services to support network operation and management.
CPV codes and full scope are still in development
Lot No: 8
II.2.1) Title
Passive & Active Infrastructure
II.2.2) Additional CPV code(s)
18100000
31000000
31100000
31200000
31300000
31500000
32000000
32400000
34000000
34900000
50200000
51300000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 8 is a lot, further divided into a sub-lotting structure, with a scope of;
Lot 8a - Systems and equipment to support the delivery, installation, and support of wired, wireless, and mobile transport communications;
Lot 8b - Supply of goods, and where required, services of installation for Equipment cabinets, street furniture, fencing and security, equipment storage, minor structures, ancillaries
Lot 8c - Lighting and Electrical - Permanently deployed lighting solutions for all transport modes and uses, including Professional Services that covers lighting design and review, street and exterior lighting equipment and associated equipment
Lot 8d - Traffic Management Technologies - Requirements may include management of traffic during works, events, management of Traffic Regulation Orders and other associated services. Permanently deployed solutions and temporary are in scope.
Lot 8e - Detectors, Informing & communication technologies, covering detectors, like CCTV, Informing systems like Variable Message Signs, and Communication Technologies, like emergency telephony, radio and satellite phones.
CPV codes and full scope are still in development
II.3) Estimated date of publication of contract notice:
01/04/2025
Section IV: Procedure
IV.1) Description
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section VI: Complementary information
VI.3) Additional information
Crown Commercial Service invites suggestions and feedback on the proposed structure of the Transport Technology structure, service lines or processes detailed in the Lots from the market including industry experts, specialists and suppliers.
To participate in market engagement please access the linked specification document from our website, and the included survey. We will not be accepting direct communication and feedback for this exercise. We ask people accessing this engagement to not contact our corporate email inbox, or members of CCS teams. Please provide all feedback directly into the survey format.
To access the specification, principles of the agreement and the questionnaire, go to our website: https://www.crowncommercial.gov.uk/agreements/RM6347
The survey covers your organisation, and gives space to provide feedback directly against aspects of the proposed structure.
If for any reason you are unable to access the questionnaire please get in touch with transporttechnology@crowncommercial.gov.uk so we can support access.
A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/d8f95677-28ec-4538-936b-857906f3e0e6
This prior information notice replaces the previous PIN issued on the 08/03/2024
https://www.find-tender.service.gov.uk/Notice/007519-2024.
This prior information notice replaces the previous PIN issued on the 08/03/2024
https://www.find-tender.service.gov.uk/Notice/007543-2024
This prior information notice replaces the previous PIN issued on the 27/11/2024
https://www.find-tender.service.gov.uk/Notice/038262-2024
This prior information notice replaces the previous PIN issued on the 03/12/2024
https://www.find-tender.service.gov.uk/Notice/038864-2024
VI.5) Date of dispatch of this notice
04/12/2024