Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3150103503
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) Joint procurement
The contract is awarded by a central purchasing body
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: Transport Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Transport Technology and Associated Services
Reference number: RM6099
II.1.2) Main CPV code
60100000
II.1.3) Type of contract
Services
II.1.4) Short description
In light of the changing nature of transport within the UK the focus on technology for roads is too narrow and needs to be expanded. The replacement Transport Technology and Associated Services (TTAS) framework will increase the scope of transport related technology to the rail, marine, and aviation markets in addition to roads. TTAS will support all public sector customers who deliver transport related services.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
2 500 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Transport Professional Services
II.2.2) Additional CPV code(s)
60100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1 is based around professional services and consultancy.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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
Lot No: 2
II.2.1) Title
Transport and Pedestrian Control
II.2.2) Additional CPV code(s)
60100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 2 is based around cameras, parking control and signal sensor products.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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
Lot No: 3
II.2.1) Title
Transport Signage and Lighting
II.2.2) Additional CPV code(s)
60100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Transport Signage and Lighting inclusive of all ancillary products for support.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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
Lot No: 4
II.2.1) Title
Transport Data Services
II.2.2) Additional CPV code(s)
60100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 4 is based around SMART technologies, data management and back-up systems.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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
Lot No: 5
II.2.1) Title
Sustainable Transport Technologies
II.2.2) Additional CPV code(s)
60100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 5 is for bidders to supply sustainable transport infrastructure i.e charge point equipment and environmental monitoring systems i.e. flood levels.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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
Lot No: 6
II.2.1) Title
Major Transport Solutions
II.2.2) Additional CPV code(s)
60100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 6 is for major transport solutions. This will incorporate all of Lots 1-5 in one major project.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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
Lot No: 7
II.2.1) Title
TTAS Catalogue
II.2.2) Additional CPV code(s)
60100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Bidders who are successful on any of lots 1-5 will automatically gain a place on Lot 7 - TTAS Catalogue.
II.2.5) Award criteria
Cost criterion: Price is not the only award criterion and all criteria are stated only in the procurement documents
/ Weighting: 100
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-008953
Section V: Award of contract
Lot No: 1, 2, 3, 4, 5, 6 and 7
Contract No: RM6099
Title: Transport Technology and Associated Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
05/10/2021
V.2.2) Information about tenders
Number of tenders received: 97
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
AECOM Limited
Aldgate Tower, 2 Leman Street
London
E1 8FA
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 500 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/2fcb72d0-507b-4569-a3e5-a014bd22a355
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
VI.4) Procedures for review
VI.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
VI.4.2) Body responsible for mediation procedures
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
VI.5) Date of dispatch of this notice
22/10/2021