Planning

RM6347 Transport Technology

  • Crown Commercial Service

UK2: Preliminary market engagement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-014967

Procurement identifier (OCID): ocds-h6vhtk-04ec9e

Published 13 March 2025, 11:51am

Last edited 14 April 2025, 2:00pm

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Scope

Reference

RM6347

Description

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Transport Technologies for use by Central Government and UK public sector bodies.

A high level lotting structure being proposed is;

Lot 1 - Transport Professional Services

Lot 2 - Transport Data Services

Lot 3 - Parking Management

Lot 4 - Environmental Monitoring & Climate Resilience

Lot 5 - Enforcement, Security & Compliance

Lot 6 - Electric Vehicle Infrastructure

Lot 7 - Systems & Platforms

Lot 7a - System Integration

Lot 7b - Smart Ticketing

Lot 7c - Transport Network Management

Lot 8 - Passive & Active Infrastructure

Lot 8a - Network Devices

Lot 8b - Cabinets, Furniture, Storage & Ancillaries

Lot 8c - Lighting & Electrical

Lot 8d - Traffic Management Technologies

Lot 8e - Detectors, Informing systems & Communication technologies

Commercial tool

Establishes a framework

Total value (estimated)

  • £3,498,000,000 excluding VAT
  • £4,197,600,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 20 October 2025 to 19 October 2031
  • Possible extension to 19 October 2033
  • 8 years

Main procurement category

Services

CPV classifications

  • 34000000 - Transport equipment and auxiliary products to transportation
  • 71600000 - Technical testing, analysis and consultancy services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 73000000 - Research and development services and related consultancy services
  • 79300000 - Market and economic research; polling and statistics

Engagement

Engagement deadline

10 March 2025

The engagement was carried out before this notice was published.

Engagement process description

Market engagement for RM6347 began following project start in February 2024 with a phased approach. Firstly with "pre-market engagement" which was an open and honest retrospective analysis of the existing agreement. Conceptual options were then proposed to the market based on that feedback in "Market Engagement Phase 1". These concepts solicited specific insight into the agreement design and from there were refined into a shortlist of options to pursue and present back to the market in July 2024 as part of "Market Engagement Phase 2"

Pre-Market Engagement

Supplier

TechUK hosted supplier engagement sessions on the 7th March 2024. Existing CCS suppliers were invited to attend to solicit feedback on what did and didn't work within the current agreement..

Two sessions were held, one face to face on March 7th 2024 and one virtual on March 12th 2024.

65 attendees from ~40 TTAS suppliers from attended the pre-market sessions

Feedback from about 50 attendees actively contributing feedback

TechUK supported on marketing this agreement to their membership and contact base to involve SME's that are not incumbent within the existing agreement. We have also discussed SME involvement with Digicatapault, The DfT SME representatives, and ITS UK membership.

Customer

12 customer 1-2-1 sessions were held throughout March 2024 with existing TTAS customers to solicit feedback on their experience of using the agreement. Analysis of the pre-market engagement feedback lead to the following themes which were separated into agreement features, and wider CCS support;

Pre-Market Engagement Feedback

The team discussed the follow items with respect to a new agreement

Scope

Structure

Routes to Market

Terms and Conditions

Guidance

Customer Journey

Marketing

Market Engagement Phase 1

Phase 1 provided some high level conceptual options back to the market to seek feedback on their preferences.

High level lot structure options were proposed for discussion. Feedback from these sessions indicated a supply chain and contracting authority preferences

The possibility of a Dynamic Market to supplement the agreement was also discussed.

Specific feedback was sought on agreement mechanics regardless of the lotting format and structure. These questions were used to recommend agreement options to the project SRO and included;

Inclusion of AI

Call-off Duration cap

Open vs Closed agreement

How to approach Direct Award

Agreement engagement (RFI, EOI etc)

Levels of control applied to how to buy

Down Select & its mechanisms

Supplier number limits

Market Engagement Phase 2

Phase 2 provided the market with two options that were derived from the Phase 1 engagement. These options are covered in the section 4.2.4 options appraisal. Two face to face sessions were held supported by our customer account management teams. Firstly, in Manchester, which was attended by customers and suppliers, and secondly in London hosted by TechUK. Two structure options were proposed

Manchester was attended by 21 unique organisations, with the Department for Transport (DfT), Transport for Greater Manchester (TfGM) and West Yorkshire Combined Authority (WYCA) in attendance supporting the event.

London was attended by 50 unique organisations, with the Great British Rail Transition Team (GBRTT), UK Border Agency, Innovate UK, National Highways and Richmond and Wandsworth Councils supporting as customers

Feedback from these sessions indicated feedback on preferred options. 121's with suppliers were also offered.

The feedback aligned to them as follows;

Scope

Structure

Routes to Market

Terms and Conditions

Guidance

Customer Journey

Marketing

Terms and Conditions engagement

A series of supplier surgeries were hosted with specific industry input regarding terms and conditions covering:

Overview of Public Sector Contract T&Cs

Key challenges & barriers

IPR and how it affects commercial models

Termination & Exit

Feedback & reflection

Supplier Surgery - EV Group

24/10/2024

Supplier Surgery - Consultancy & Prof Services

30/10/2024

Supplier Surgery - ITS Suppliers or Product Providers

07/11/2024

The output from these sessions informed the contract development of requirements for legal support.

Transport Stakeholder Group

Following a February 2024 round table that hosted prominent members of the Transport Technology landscape, a key stakeholder group was established to support the development and design of RM6347. The group convenes monthly to discuss CCS progress against timescales and obtain a steer from those organisations in attendance.

ITS UK Membership collaboration

ITS UK supported round tables that enabled a deep dive into specific strategic areas covering:

Smart Ticketing

Commercial value in Transport

AI and Automation

Each session has been attended by prominent customers and suppliers, placing CCS at the centre of the conversation about transport procurement.

November PIN / Questionnaire

Category published a PIN and questionnaire in late November that shared the proposed lot structure, details about our plans and gave opportunity to prospective suppliers to give feedback. We obtained key data points;

Number of potential suppliers, measured by the number of responses and approximation of survey responses

Lot interest data, where suppliers specifically indicated interest in certain lots

Strategic steer regarding specification contents and scope

Of the prospective suppliers, who were SME, or Large

Early sight of frequently asked questions to enable us to produce effective engagement content prior to Invitation to Tender

The questionnaire was published and shared by our collaborators;

DfT SME lead within their network

Intelligent Transport Systems UK

TechUK

Category emails directly to suppliers with known details (440 issued)

The questionnaire received substantial supplier. This covers a large response rate against the total contacted. Included within were some central and local government bodies.

March 10th - Pre-ITT engagement

Category presented and published a slide deck showing final structure of the proposed agreement, and issued out comms regarding the upcoming tender.


Participation

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Contracting authority

Crown Commercial Service

  • Public Procurement Organisation Number: PBZB-4962-TVLR

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

United Kingdom

Telephone: +44 3454102222

Email: supplier@crowncommercial.gov.uk

Website: https://www.gov.uk/ccs

Region: UKD72 - Liverpool

Organisation type: Public authority - central government