Contract

Innovation Collaboration Framework

  • Transport for London

F03: Contract award notice

Notice identifier: 2024/S 000-001771

Procurement identifier (OCID): ocds-h6vhtk-035037

Published 18 January 2024, 2:53pm



Section one: Contracting authority

one.1) Name and addresses

Transport for London

5 Endeavour Square

London

E20 1JN

Contact

Mr James Inchbald

Email

ICF.Innovation@tfl.gov.uk

Telephone

+44 3432221234

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://tfl.gov.uk

Buyer's address

https://tfl.gov.uk/info-for/business-and-advertisers/open-innovation

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

General Public Services / Transport Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Innovation Collaboration Framework

Reference number

tfl_scp_002174

two.1.2) Main CPV code

  • 73300000 - Design and execution of research and development

two.1.3) Type of contract

Services

two.1.4) Short description

ICF partners will be required to develop innovative solutions to solve TfL problems and where

considered appropriate by TfL, work with TfL to co-commercialise the solutions. These innovation projects will be instructed via call-off contracts.

Each project will comprise up to three phases:

- Research and Development

- Scaling and implementation at TfL sites

- Joint commercialisation

The ICF will support the deliver

y of the Mayor’s Transport Strategy and create solutions to address TfL’s priority transport issues. It will provide a new route for accessing innovation-focused partners via a single lot structure, allowing partners to be appointed directly or, at TfL’s discretion, via mini-competition. It also provides a route to commercialise solutions within the UK and internationally.

Each call-off contract will comprise up to three phases depending on the nature of the project and the findings at each stage:

Phase 1: R&D/Trialling and Testing/Proof of Concept – the partner develops a solution at their own risk, with TfL providing support including subject matter expertise and test beds for trails.

Phase 2: Scaling and Implementation for TfL – if TfL decides to procure the solution TfL will pay an agreed sum for delivery and implementation as set out in the call-off contract.

Phase 3: Co-commercialisation – the partner will lead the commercialisation of the solution where appropriate.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £15,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 38100000 - Navigational and meteorological instruments
  • 38200000 - Geological and geophysical instruments
  • 38400000 - Instruments for checking physical characteristics
  • 38542000 - Servo-hydraulic test apparatus
  • 38543000 - Gas-detection equipment
  • 42900000 - Miscellaneous general and special-purpose machinery
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 51000000 - Installation services (except software)
  • 64000000 - Postal and telecommunications services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 73000000 - Research and development services and related consultancy services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The framework (with only one lot) was be tendered under PCR 2015, using the Competitive Procedure with Negotiation (CPN). This offered TfL the option to negotiate relevant aspects with tenderers during the procedure.

Note - The £15m value of the ICF is the estimated maximum total spend by TfL for the procurement and implementation of innovative solutions over 4(+2 years) at phase 2 (scaling). The £15m does not include the cost of research and development (this is provided by the partners at their own risk) or income from co-commercialising.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-028476


Section five. Award of contract

Contract No

tfl_scp_002174

Title

Innovation Collaboration Framework

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 November 2023

five.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Sopra Steria Limited

Three Cherry Trees Lane

Hemel Hempstead

HP2 7AH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £15,000,000

Lowest offer: £1 / Highest offer: £15,000,000 taken into consideration


Section five. Award of contract

Contract No

tfl_scp_002174

Title

Innovation Collaboration Framework Agreement

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 November 2023

five.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Mercedes-Benz UK Ltd

Delaware Drive, Tongwell

Milton Keynes

MK15 8BA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £15,000,000

Lowest offer: £1 / Highest offer: £15,000,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

HM Courts and Tribunal Services

London

WC2A 2LL

Country

United Kingdom