Section one: Contracting authority
one.1) Name and addresses
Department for Transport
Great Minster House, 33 Horseferry Road
London
SW1P 4DR
Contact
Neil Widdop
TechnologyProcurement@highwaysengland.co.uk
Telephone
+44 3001235000
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
https://highways.bravosolution.co.uk
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Free-Flow Charging Package A: Road User Charging Services
Reference number
FFC.A
two.1.2) Main CPV code
- 63712210 - Highway toll services
two.1.3) Type of contract
Services
two.1.4) Short description
Highways England is the government company charged with operating, maintaining and improving motorways and major (trunk) roads in England.
Highways England has procured (as a procurement agent on behalf of the Secretary of State for Transport, as described in the Highways England framework document annex C paragraph 2) a second generation free-flow charging service solution for the existing Dartford-Thurrock River Crossing road user charging scheme. A road user charge has been collected at this crossing since 2003 to manage the high demand for its use. Any solution is expected to offer proportionate scalability where systems and operations can deal with alternative charging schemes.
This contract award notice is for Road User Charging Services (Package A) as part of the overall free-flow charging service solution, and comprises of vehicle identification, account management, payment processing, and customer services.
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: £150,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 32234000 - Closed-circuit television cameras
- 32500000 - Telecommunications equipment and supplies
- 34927000 - Toll equipment
- 34970000 - Traffic-monitoring equipment
- 34980000 - Transport tickets
- 45316210 - Installation of traffic monitoring equipment
- 63712210 - Highway toll services
- 63712311 - Bridge toll services
- 63712321 - Tunnel toll services
- 63712400 - Parking services
- 63712700 - Traffic control services
- 72000000 - IT services: consulting, software development, Internet and support
- 72322000 - Data management services
- 79342300 - Customer services
- 79940000 - Collection agency services
- 79941000 - Toll-collection services
- 98351110 - Parking enforcement services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Highways England is the government company charged with operating, maintaining and improving motorways and major (trunk) roads in England. Highways England’s road network totals around 4,300 miles and is commonly known as the strategic road network.
The Dartford-Thurrock River Crossing is a critical part of the strategic road network in the South East of England. It spans the River Thames between Dartford and Thurrock, approximately 16 miles east of central London, and forms a trunk road link (the A282 Trunk Road) that connects the M25 London Orbital motorway either side of the Thames to create a complete strategic road network around London.
Highways England has procured (as a procurement agent on behalf of the Secretary of State for Transport, as described in the Highways England framework document annex C paragraph 2) a second generation free-flow charging service solution for the existing Dartford-Thurrock River Crossing road user charging scheme.
A road user charge has been collected at this crossing since 2003 to manage the high demand for its use. Any solution is expected to offer proportionate scalability where systems and operations can deal with alternative charging schemes.
Highways England’s second generation free-flow charging service solution will be contracted through three main packages, each under a separate contract award notice, and each delivered as a complete end-to-end managed service, including people operations, systems and maintenance. This contract award notice is for Road User Charging Services (Package A) as part of the overall free-flow charging service solution, and comprises of vehicle identification, account management, payment processing, and customer services.
The other proposed elements of the free-flow charging solution are UK Enforcement Services (Package B) and Non-UK Enforcement Services (Package C). Packages B and C are subject to separate contract award notices and separate procurement exercises.
The Road User Charging Services contract consists of the following services:
a) implementation of a new solution and transition of existing data within 18 months of the contract commencement date;
b) provision and operation of roadside equipment (e.g. ANPR, DSRC) to enable detection and identification of vehicles, including enabling utilities and interfaces to third party systems (e.g. DVLA);
c) matching of validated vehicle passage records to payments or exemption lists, and (where applicable) identification of contravention candidates;
d) processing of payments;
e) provision of account (e.g. standard, business, local resident, exempt) and non-account functionality to enable customers to pay the road user charge;
f) provision of a suite of contact channels;
g) provision of a customer support offering for managing communications (e.g. enquiries, complaints, Freedom of Information requests, subject access requests);
h) provision of financial reconciliation, banking, a payment gateway, and accounting services related to the road user charging scheme;
i) provision of management information;
j) provision of lifecycle IT service management;
k) provision of optional services which are capable of being enacted at a future date, including:
- implementation of the Road User Charging Services solution at Lower Thames Crossing;
- integration of the Road User Charging Services solution with other road user charging schemes (e.g. EETS);
- identification of persistent contravention candidates;
- capability to implement new road user charging models (e.g. dynamic charging, time of day charging, surcharge period);
- integration of the Road User Charging Services solution with connected and autonomous vehicles, and Mobility-as-a-Service technologies.
two.2.5) Award criteria
Quality criterion - Name: Quality of the solution for meeting the Implementation Services requirements / Weighting: 15%
Quality criterion - Name: Quality of the solution for meeting the Charging Services requirements / Weighting: 25%
Quality criterion - Name: Quality of the solution for meeting the Management Services requirements and Security Management requirements / Weighting: 15%
Quality criterion - Name: Quality of the solution for meeting the Optional Services requirements / Weighting: 7.5%
Quality criterion - Name: Quality of the personnel / Weighting: 7.5%
Cost criterion - Name: Price / Weighting: 30%
two.2.11) Information about options
Options: Yes
Description of options
Highways England makes no commitment as to the extent to which the optional services described in II.2.4 and the contract will be enacted (if at all) or that any other bodies will utilise such arrangements and reserves the right to procure these services through a route other than the contract which is the subject of this contract award notice.
This contract shall allow for provision of licences of the software used in the delivery of this contract for use on alternative road user charging schemes by any other central government or local government body in the UK or any other organisation which is a highway authority under the Highways Act 1980 (“Other Contracting Authorities”). Services associated with use of the software would be separately procured by the Other Contracting Authorities.
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2019/S 168-411144
Section five. Award of contract
Title
Free-Flow Charging Package A: Road User Charging Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 April 2021
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Conduent Parking Enforcement Solutions Limited
Ground Floor, One George Yard
London
EC3V 9DF
Country
United Kingdom
NUTS code
- UKI - London
National registration number
02840514
Internet address
https://transportation.conduent.com/
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: £150,000,000
Total value of the contract/lot: £150,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Department for Transport
Great Minster House, 33 Horseferry Road
London
SW1P 4DR
Country
United Kingdom