Contract

County Transport Model

  • Surrey County Council

F03: Contract award notice

Notice identifier: 2026/S 000-003803

Procurement identifier (OCID): ocds-h6vhtk-060775

Published 16 January 2026, 11:08am



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

Woodhatch Place, 11 Cockshot Hill

Reigate

RH28EF

Contact

Emma Knight

Email

emma.knight@eastsussex.gov.uk

Country

United Kingdom

Region code

UKJ26 - East Surrey

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.surreycc.gov.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

County Transport Model

two.1.2) Main CPV code

  • 72314000 - Data collection and collation services

two.1.3) Type of contract

Services

two.1.4) Short description

Surrey County Council (SCC) is in the process of updating its County Strategic Transport Model and is looking to appoint a provider of the Origin Destination (OD) movement data based on Mobile Network Data (MND) analysis.

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: £85,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

SCC is requesting proposals for the provision of Origin Destination data using cellular mobile data, as detailed within this document. The proposal should, as a minimum, include the following:

▪ Provider's experience in handling similar projects, highlighting any unique challenges and how they were addressed.

▪ Overview of the provider's methodology for collecting and analysing mobile network data, ensuring that the data is accurate, reliable, and suitable for SCC's needs.

Confirmation that the spatial and segmentation requirements outlined in this document can be met, with any limitations clearly identified.

A statement on the quality and coverage of the network data to be provided.

Confirmation of the data verification process to be undertaken, including expected limits and tolerances. These are expected to be in line with Department for Transport recommendations and guidance set out in Table 2 of TAG Unit M2.2.

The cost of data provision, including any contingencies.

Potential risks and mitigation.

Consideration of data privacy.

▪ Outline of the support available after data provision.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

Below threshold contract procured through CCS Framework

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 September 2025

five.2.2) Information about tenders

Number of tenders received: 2

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

five.2.3) Name and address of the contractor

British Telecommunications PLC

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

01800000

The contractor is an SME

No

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

Total value of the contract/lot: £85,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom