Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Transport Technology and Associated Services

  • First published: 23 October 2021
  • Last modified: 23 October 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Crown Commercial Service
Authority ID:
AA25880
Publication date:
23 October 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 is based around professional services and consultancy.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
60100000 Road transport services Transport services (excl. Waste transport)

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.