Section one: Contracting authority
one.1) Name and addresses
Transport for London
5 Endeavour Square
London
E20 1JN
Contact
Mr James Inchbald
Telephone
+44 3432221234
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
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