Section one: Contracting authority
one.1) Name and addresses
Department for Transport
London
SW1P 4DR
Contact
Jason Thrupp
Telephone
+44 7483980296
Country
United Kingdom
Region code
UK - United Kingdom
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
Additional information can be obtained from the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Crisis Response and Resilience Digital Twin (CRDT)
Reference number
TBC
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
The DfT requires an analytical platform, that is robust, scalable, user-friendly and capable of combining methods across analytical disciplines to improve the DfT’s Crisis Response and Resilience capabilities. Recognising the rapid pace of change in technology and the range of possible technological methodologies, DfT is using an outcomes-based approach to enable innovation and use of novel data and technologies, including Artificial Intelligence (AI).
We will be going to market via the CCS Spark DPS Framework and suppliers who are interested but not on the Framework are able to join, information and guidance - https://www.crowncommercial.gov.uk/agreements/RM6094
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
At suppliers office with occasional visits to the Department for Transport, Horseferry Road, Westminster.
two.2.4) Description of the procurement
The aim of this work is to create a platform capable of identifying disruptions across transport modes in a timely fashion using a variety of data sources, estimate and inform users of their likely impact to people and goods, track developments, model potential interventions and gather learnings for future use. While the appraisal of options does not need to be consistent with the Transport Appraisal Guidance, and more emphasis is expected on the estimated number of people, threat level and disruption duration, all modelling capabilities need to be appropriate, reliable and have proportionate quality assurance.
The disruptions in scope are those highlighted at the National Risk Register (NRR, 2025), and the key users of this system are DfT teams . Additionally, insights should be shareable for collaboration across government including other departments (such as the Cabinet Office), Local Resilience Forums and DfT Arm’s Length Bodies (such as National Highways) who will have their own systems that CRDT. Enabling safe and timely collaboration between DfT, its Arms Length Bodies, local authorities, across-government and with first responders.
It is expected that this will be a multi-year programme, with break clauses. The supplier will be responsible for the delivery of the end-to-end analytical platform, which will also allow further model development by the DfT and other subcontractors.
Recognising the fast development of data sources, ranging from sensors, to mobile-phone and satellite applications, it is expected that this platform will enable new data sources to be dynamically added over time.
two.2.14) Additional information
Current situation
The recent combined impacts of COVID-19, global geo-political disruptions, extreme weather events and accidents, have led to significant disruption in UK mobility of people and goods. While any individual major risk remains a low probability, it is evident that major disruptions are becoming more frequent.
The day-to-day management of the different parts of the transport network
two.3) Estimated date of publication of contract notice
26 May 2025
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section six. Complementary information
six.3) Additional information
This requirement will be let via the CCS Spark DPS RM6094 Framework. This notice is to alert the market of that fact and allow those who are interested to join the DPS Framework. Framework can be accessed here :