Award

Transport Technology

  • Crown Commercial Service

UK6: Contract award notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-064716

Procurement identifier (OCID): ocds-h6vhtk-04ec9e (view related notices)

Published 13 October 2025, 12:39pm



Scope

Reference

RM6347

Description

This framework is for the provision of transport and

mobility services. This agreement supplies technology goods and services for sustainable urban, rural and intercity transport and mobility. This

includes:

- transport technology for aviation, rail, road, urban and maritime sectors

- transport system integration, ITS, Back Office & Data

- professional Services & Data Consultancy for Transport

- smart ticketing

- electric vehicle charging solutions & infrastructure

- parking infrastructure & management

- environmental monitoring for and of transport solutions

- enforcement & compliance solution

- connected infrastructure, Internet of things and real time date, "Smart Cities" or "Connected Places"

We have used the dummy supplier data for each contract within the contract awarded supplier sections and the unsuccessful suppliers in tenders section within this notice. The link to the full list of suppliers which has been published on CCS website is detailed in awarded supplier and unsuccessful supplier website field within this notice.

Commercial tool

Establishes an open framework


Lot 1. Transport Professional Services

Description

Transport related professional services, consultancy and project management. Services include:- scope and project feasibility studies- training and behavioural change- development of strategy for deployment of Mobility as a Service (Maas)- design consultancy for transport infrastructure- Home Office Type Approval (HOTA) assurance, testing and evaluation (this covers road traffic enforcement devices such as speedmeters and breath testing equipment)


Lot 2. Transport Data Services

Description

Transport related data services for collecting, processing, analysing and sharing data. Services include:- traffic flow analysis- vehicle movement analysis- public transit scheduling- passenger counting- infrastructure utilisation


Lot 3. Parking Management

Description

Parking related goods and services to manage your parking needs. Includes on-street and off-street car parking. This includes:- parking enforcement services- back office parking software and applications- parking operational management- parking infrastructure, including bay mark, pay meters, customer service kiosks, signage and wayfinding, barriers and more


Lot 4. Environmental Monitoring & Climate Resilience

Description

Technology that can help you understand and address issues that affect the environment. This includes:- professional services- data and software services- environmental monitoring solutions (weather, air quality, light, water, noise, dust and vibration)- animal and ecological technology to to monitor the location, movement and behaviour of animals and other biological elements


Lot 5. Enforcement, Security and Compliance

Description

Enforcement, security, compliance and emergency service technologies and services. This includes:- road traffic law enforcement devices (RTLED)- enforcement systems that allow official records or measurements to be captured using a verified and approved device- technology systems and services to prevent trespass, property damage and theft, anti-social behaviour and enhance security- technologies for incident safety, or for emergency response


Lot 6. Zero Emission Vehicle Infrastructure

Description

Electric vehicle charging infrastructure. This includes:- professional services- vehicle charging points- energy generation and storage- infrastructure and ancillaries associated with charge points, such as barriers, accessibility, signage and more


Lot 7a. Transport System Integration

Description

This will help you combine your hardware, software and other components to create a unified transport system. Some services include:- system integration- project management- system configuration- maintenance and support- security and compliance


Lot 7b. Smart Ticketing

Description

System integration specifically for smart ticketing and integrated travel. This includes:- ticketing solutions- payment systems- customer service- back office tools


Lot 7c. Transport Network Management

Description

Back office requirements within transport. This involves intelligent asset management capabilities, system packages, software and services to support network operation and management.


Lot 8a. Network Devices

Description

Systems and equipment to support the installation and maintenance of wired, wireless, and mobile transport communications.


Lot 8b. Cabinets, Furniture, Storage & Ancillaries

Description

Supply of goods and associated installation services for:- equipment cabinets- street furniture- fencing- security systems- equipment storage- minor structures- related ancillaries and hardware such as bracketry, fixings, security features and safety


Lot 8c. Lighting & Electrical

Description

Permanently deployed lighting solutions for all transport modes and uses, including:- professional services that covers lighting design and review- street and exterior lighting equipment- associated equipment


Lot 8d. Traffic Management Technologies

Description

Systems to control traffic flow, both permanent and temporary. This includes managing traffic during roadworks and events, as well as handling legal traffic orders.


Lot 8e. Detectors, Informing Systems & Communication Technologies

Description

Equipment that spots, shows and shares traffic information, including:- cameras and sensors- electronic road signs- emergency phones and radio systems


Contract 1. Lot 1. Transport Professional Services

Lots

Lot 1. Transport Professional Services

Supplier

Contract value

  • £350,000,000 excluding VAT
  • £420,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

13 October 2025

Date assessment summaries were sent to tenderers

13 October 2025

Standstill period

  • End: 22 October 2025
  • 8 working days

Earliest date the contract will be signed

23 October 2025

Contract dates (estimated)

  • 23 October 2025 to 22 October 2027
  • Possible extension to 22 October 2028
  • 3 years

Description of possible extension:

This competition is for the award of framework one in the scheme of frameworks.

Framework one (1) is for a term of 24 months with an option to extend for 12 months.

Framework two (2) will be for a term of 24 months with an option to extend up to a maximum of 12 months.

Framework three (3) which is the final framework will last 24 months, depending on whether we exercised the option to extend framework two (2).

The open framework will last 8 years in total.

CCS reserves the right to extend lots by varying durations.

Main procurement category

Services

CPV classifications

  • 18100000 - Occupational clothing, special workwear and accessories
  • 30120000 - Photocopying and offset printing equipment
  • 30200000 - Computer equipment and supplies
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 51300000 - Installation services of communications equipment
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71350000 - Engineering-related scientific and technical services
  • 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
  • 75240000 - Public security, law and order services
  • 79212000 - Auditing services
  • 79300000 - Market and economic research; polling and statistics
  • 79930000 - Specialty design services
  • 80520000 - Training facilities

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Contract 2. Lot 2. Transport Data Services

Lots

Lot 2. Transport Data Services

Supplier

Contract value

  • £400,000,000 excluding VAT
  • £480,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

13 October 2025

Date assessment summaries were sent to tenderers

13 October 2025

Standstill period

  • End: 22 October 2025
  • 8 working days

Earliest date the contract will be signed

23 October 2025

Contract dates (estimated)

  • 23 October 2025 to 22 October 2027
  • Possible extension to 22 October 2028
  • 3 years

Description of possible extension:

This competition is for the award of framework one in the scheme of frameworks.

Framework one (1) is for a term of 24 months with an option to extend for 12 months.

Framework two (2) will be for a term of 24 months with an option to extend up to a maximum of 12 months.

Framework three (3) which is the final framework will last 24 months, depending on whether we exercised the option to extend framework two (2).

The open framework will last 8 years in total.

CCS reserves the right to extend lots by varying durations.

Main procurement category

Services

CPV classifications

  • 18100000 - Occupational clothing, special workwear and accessories
  • 30120000 - Photocopying and offset printing equipment
  • 30200000 - Computer equipment and supplies
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 51300000 - Installation services of communications equipment
  • 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
  • 79212000 - Auditing services
  • 79300000 - Market and economic research; polling and statistics

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Contract 3. Lot 3. Parking Management

Lots

Lot 3. Parking Management

Supplier

Contract value

  • £400,000,000 excluding VAT
  • £480,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

13 October 2025

Date assessment summaries were sent to tenderers

13 October 2025

Standstill period

  • End: 22 October 2025
  • 8 working days

Earliest date the contract will be signed

23 October 2025

Contract dates (estimated)

  • 23 October 2025 to 22 October 2027
  • Possible extension to 22 October 2028
  • 3 years

Description of possible extension:

This competition is for the award of framework one in the scheme of frameworks.

Framework one (1) is for a term of 24 months with an option to extend for 12 months.

Framework two (2) will be for a term of 24 months with an option to extend up to a maximum of 12 months.

Framework three (3) which is the final framework will last 24 months, depending on whether we exercised the option to extend framework two (2).

The open framework will last 8 years in total.

CCS reserves the right to extend lots by varying durations.

Main procurement category

Services

CPV classifications

  • 18100000 - Occupational clothing, special workwear and accessories
  • 30120000 - Photocopying and offset printing equipment
  • 30200000 - Computer equipment and supplies
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 44110000 - Construction materials
  • 44210000 - Structures and parts of structures
  • 44320000 - Cable and related products
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 63710000 - Support services for land transport
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71350000 - Engineering-related scientific and technical services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 73000000 - Research and development services and related consultancy services
  • 75240000 - Public security, law and order services
  • 79300000 - Market and economic research; polling and statistics
  • 79420000 - Management-related services
  • 79620000 - Supply services of personnel including temporary staff
  • 79710000 - Security services
  • 79940000 - Collection agency services
  • 90910000 - Cleaning services
  • 92220000 - Television services
  • 98350000 - Civic-amenity services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Contract 4. Lot 4. Environmental Monitoring & Climate Resilience

Lots

Lot 4. Environmental Monitoring & Climate Resilience

Supplier

Contract value

  • £400,000,000 excluding VAT
  • £480,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

13 October 2025

Date assessment summaries were sent to tenderers

13 October 2025

Standstill period

  • End: 22 October 2025
  • 8 working days

Earliest date the contract will be signed

23 October 2025

Contract dates (estimated)

  • 23 October 2025 to 22 October 2027
  • Possible extension to 22 October 2028
  • 3 years

Description of possible extension:

This competition is for the award of framework one in the scheme of frameworks.

Framework one (1) is for a term of 24 months with an option to extend for 12 months.

Framework two (2) will be for a term of 24 months with an option to extend up to a maximum of 12 months.

Framework three (3) which is the final framework will last 24 months, depending on whether we exercised the option to extend framework two (2).

The open framework will last 8 years in total.

CCS reserves the right to extend lots by varying durations.

Main procurement category

Services

CPV classifications

  • 09330000 - Solar energy
  • 18100000 - Occupational clothing, special workwear and accessories
  • 30120000 - Photocopying and offset printing equipment
  • 30200000 - Computer equipment and supplies
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 44110000 - Construction materials
  • 44210000 - Structures and parts of structures
  • 44320000 - Cable and related products
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 63710000 - Support services for land transport
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71350000 - Engineering-related scientific and technical services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 73000000 - Research and development services and related consultancy services
  • 75240000 - Public security, law and order services
  • 79300000 - Market and economic research; polling and statistics
  • 79420000 - Management-related services
  • 79710000 - Security services
  • 80540000 - Environmental training services
  • 90700000 - Environmental services
  • 92220000 - Television services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Contract 5. Lot 5. Enforcement, Security and Compliance

Lots

Lot 5. Enforcement, Security and Compliance

Supplier

Contract value

  • £500,000,000 excluding VAT
  • £600,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

13 October 2025

Date assessment summaries were sent to tenderers

13 October 2025

Standstill period

  • End: 22 October 2025
  • 8 working days

Earliest date the contract will be signed

23 October 2025

Contract dates (estimated)

  • 23 October 2025 to 22 October 2027
  • Possible extension to 22 October 2028
  • 3 years

Description of possible extension:

This competition is for the award of framework one in the scheme of frameworks.

Framework one (1) is for a term of 24 months with an option to extend for 12 months.

Framework two (2) will be for a term of 24 months with an option to extend up to a maximum of 12 months.

Framework three (3) which is the final framework will last 24 months, depending on whether we exercised the option to extend framework two (2).

The open framework will last 8 years in total.

CCS reserves the right to extend lots by varying durations.

Main procurement category

Services

CPV classifications

  • 09330000 - Solar energy
  • 18100000 - Occupational clothing, special workwear and accessories
  • 30120000 - Photocopying and offset printing equipment
  • 30200000 - Computer equipment and supplies
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 44110000 - Construction materials
  • 44210000 - Structures and parts of structures
  • 44320000 - Cable and related products
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71350000 - Engineering-related scientific and technical 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
  • 79420000 - Management-related services
  • 79940000 - Collection agency services
  • 92220000 - Television services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Contract 6. Lot 6. Zero Emission Vehicle Infrastructure

Lots

Lot 6. Zero Emission Vehicle Infrastructure

Supplier

Contract value

  • £500,000,000 excluding VAT
  • £600,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

13 October 2025

Date assessment summaries were sent to tenderers

13 October 2025

Standstill period

  • End: 22 October 2025
  • 8 working days

Earliest date the contract will be signed

23 October 2025

Contract dates (estimated)

  • 23 October 2025 to 22 October 2027
  • Possible extension to 22 October 2028
  • 3 years

Description of possible extension:

This competition is for the award of framework one in the scheme of frameworks.

Framework one (1) is for a term of 24 months with an option to extend for 12 months.

Framework two (2) will be for a term of 24 months with an option to extend up to a maximum of 12 months.

Framework three (3) which is the final framework will last 24 months, depending on whether we exercised the option to extend framework two (2).

The open framework will last 8 years in total.

CCS reserves the right to extend lots by varying durations.

Main procurement category

Services

CPV classifications

  • 09330000 - Solar energy
  • 18100000 - Occupational clothing, special workwear and accessories
  • 30120000 - Photocopying and offset printing equipment
  • 30200000 - Computer equipment and supplies
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 44110000 - Construction materials
  • 44210000 - Structures and parts of structures
  • 44320000 - Cable and related products
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71350000 - Engineering-related scientific and technical 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
  • 79420000 - Management-related services
  • 79710000 - Security services
  • 92220000 - Television services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Contract 7. Lot 7a. Transport System Integration

Lots

Lot 7a. Transport System Integration

Supplier

Contract value

  • £200,000,000 excluding VAT
  • £240,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

13 October 2025

Date assessment summaries were sent to tenderers

13 October 2025

Standstill period

  • End: 22 October 2025
  • 8 working days

Earliest date the contract will be signed

23 October 2025

Contract dates (estimated)

  • 23 October 2025 to 22 October 2027
  • Possible extension to 22 October 2028
  • 3 years

Description of possible extension:

This competition is for the award of framework one in the scheme of frameworks.

Framework one (1) is for a term of 24 months with an option to extend for 12 months.

Framework two (2) will be for a term of 24 months with an option to extend up to a maximum of 12 months.

Framework three (3) which is the final framework will last 24 months, depending on whether we exercised the option to extend framework two (2).

The open framework will last 8 years in total.

CCS reserves the right to extend lots by varying durations.

Main procurement category

Services

CPV classifications

  • 18100000 - Occupational clothing, special workwear and accessories
  • 30120000 - Photocopying and offset printing equipment
  • 30160000 - Magnetic cards
  • 30200000 - Computer equipment and supplies
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 73000000 - Research and development services and related consultancy services
  • 79212000 - Auditing services
  • 79300000 - Market and economic research; polling and statistics
  • 79420000 - Management-related services
  • 79940000 - Collection agency services
  • 92220000 - Television services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Contract 8. Lot 7b. Smart Ticketing

Lots

Lot 7b. Smart Ticketing

Supplier

Contract value

  • £200,000,000 excluding VAT
  • £240,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

13 October 2025

Date assessment summaries were sent to tenderers

13 October 2025

Standstill period

  • End: 22 October 2025
  • 8 working days

Earliest date the contract will be signed

23 October 2025

Contract dates (estimated)

  • 23 October 2025 to 22 October 2027
  • Possible extension to 22 October 2028
  • 3 years

Description of possible extension:

This competition is for the award of framework one in the scheme of frameworks.

Framework one (1) is for a term of 24 months with an option to extend for 12 months.

Framework two (2) will be for a term of 24 months with an option to extend up to a maximum of 12 months.

Framework three (3) which is the final framework will last 24 months, depending on whether we exercised the option to extend framework two (2).

The open framework will last 8 years in total.

CCS reserves the right to extend lots by varying durations.

Main procurement category

Services

CPV classifications

  • 18100000 - Occupational clothing, special workwear and accessories
  • 30120000 - Photocopying and offset printing equipment
  • 30160000 - Magnetic cards
  • 30200000 - Computer equipment and supplies
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 73000000 - Research and development services and related consultancy services
  • 79212000 - Auditing services
  • 79300000 - Market and economic research; polling and statistics
  • 79420000 - Management-related services
  • 79940000 - Collection agency services
  • 92220000 - Television services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Contract 9. Lot 7c. Transport Network Management

Lots

Lot 7c. Transport Network Management

Supplier

Contract value

  • £200,000,000 excluding VAT
  • £240,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

13 October 2025

Date assessment summaries were sent to tenderers

13 October 2025

Standstill period

  • End: 22 October 2025
  • 8 working days

Earliest date the contract will be signed

23 October 2025

Contract dates (estimated)

  • 23 October 2025 to 22 October 2027
  • Possible extension to 22 October 2028
  • 3 years

Description of possible extension:

This competition is for the award of framework one in the scheme of frameworks.

Framework one (1) is for a term of 24 months with an option to extend for 12 months.

Framework two (2) will be for a term of 24 months with an option to extend up to a maximum of 12 months.

Framework three (3) which is the final framework will last 24 months, depending on whether we exercised the option to extend framework two (2).

The open framework will last 8 years in total.

CCS reserves the right to extend lots by varying durations.

Main procurement category

Services

CPV classifications

  • 18100000 - Occupational clothing, special workwear and accessories
  • 30120000 - Photocopying and offset printing equipment
  • 30160000 - Magnetic cards
  • 30200000 - Computer equipment and supplies
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 73000000 - Research and development services and related consultancy services
  • 79212000 - Auditing services
  • 79300000 - Market and economic research; polling and statistics
  • 79420000 - Management-related services
  • 79940000 - Collection agency services
  • 92220000 - Television services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Contract 10. Lot 8a. Network Devices

Lots

Lot 8a. Network Devices

Supplier

Contract value

  • £69,600,000 excluding VAT
  • £83,520,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

13 October 2025

Date assessment summaries were sent to tenderers

13 October 2025

Standstill period

  • End: 22 October 2025
  • 8 working days

Earliest date the contract will be signed

23 October 2025

Contract dates (estimated)

  • 23 October 2025 to 22 October 2027
  • Possible extension to 22 October 2028
  • 3 years

Description of possible extension:

This competition is for the award of framework one in the scheme of frameworks.

Framework one (1) is for a term of 24 months with an option to extend for 12 months.

Framework two (2) will be for a term of 24 months with an option to extend up to a maximum of 12 months.

Framework three (3) which is the final framework will last 24 months, depending on whether we exercised the option to extend framework two (2).

The open framework will last 8 years in total.

CCS reserves the right to extend lots by varying durations.

Main procurement category

Services

CPV classifications

  • 09330000 - Solar energy
  • 18100000 - Occupational clothing, special workwear and accessories
  • 30120000 - Photocopying and offset printing equipment
  • 30200000 - Computer equipment and supplies
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 39110000 - Seats, chairs and related products, and associated parts
  • 44110000 - Construction materials
  • 44210000 - Structures and parts of structures
  • 44320000 - Cable and related products
  • 44420000 - Goods used in construction
  • 44520000 - Locks, keys and hinges
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71350000 - Engineering-related scientific and technical 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
  • 79420000 - Management-related services
  • 79710000 - Security services
  • 79930000 - Specialty design services
  • 79950000 - Exhibition, fair and congress organisation services
  • 90910000 - Cleaning services
  • 92220000 - Television services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Contract 11. Lot 8b. Cabinets, Furniture, Storage & Ancillaries

Lots

Lot 8b. Cabinets, Furniture, Storage & Ancillaries

Supplier

Contract value

  • £69,600,000 excluding VAT
  • £83,520,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

13 October 2025

Date assessment summaries were sent to tenderers

13 October 2025

Standstill period

  • End: 22 October 2025
  • 8 working days

Earliest date the contract will be signed

23 October 2025

Contract dates (estimated)

  • 23 October 2025 to 22 October 2027
  • Possible extension to 22 October 2028
  • 3 years

Description of possible extension:

This competition is for the award of framework one in the scheme of frameworks.

Framework one (1) is for a term of 24 months with an option to extend for 12 months.

Framework two (2) will be for a term of 24 months with an option to extend up to a maximum of 12 months.

Framework three (3) which is the final framework will last 24 months, depending on whether we exercised the option to extend framework two (2).

The open framework will last 8 years in total.

CCS reserves the right to extend lots by varying durations.

Main procurement category

Services

CPV classifications

  • 09330000 - Solar energy
  • 18100000 - Occupational clothing, special workwear and accessories
  • 30120000 - Photocopying and offset printing equipment
  • 30200000 - Computer equipment and supplies
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 39110000 - Seats, chairs and related products, and associated parts
  • 44110000 - Construction materials
  • 44210000 - Structures and parts of structures
  • 44320000 - Cable and related products
  • 44420000 - Goods used in construction
  • 44520000 - Locks, keys and hinges
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71350000 - Engineering-related scientific and technical 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
  • 79420000 - Management-related services
  • 79710000 - Security services
  • 79930000 - Specialty design services
  • 79950000 - Exhibition, fair and congress organisation services
  • 90910000 - Cleaning services
  • 92220000 - Television services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Contract 12. Lot 8c. Lighting & Electrical

Lots

Lot 8c. Lighting & Electrical

Supplier

Contract value

  • £69,600,000 excluding VAT
  • £83,520,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

13 October 2025

Date assessment summaries were sent to tenderers

13 October 2025

Standstill period

  • End: 22 October 2025
  • 8 working days

Earliest date the contract will be signed

23 October 2025

Contract dates (estimated)

  • 23 October 2025 to 22 October 2027
  • Possible extension to 22 October 2028
  • 3 years

Description of possible extension:

This competition is for the award of framework one in the scheme of frameworks.

Framework one (1) is for a term of 24 months with an option to extend for 12 months.

Framework two (2) will be for a term of 24 months with an option to extend up to a maximum of 12 months.

Framework three (3) which is the final framework will last 24 months, depending on whether we exercised the option to extend framework two (2).

The open framework will last 8 years in total.

CCS reserves the right to extend lots by varying durations.

Main procurement category

Services

CPV classifications

  • 09330000 - Solar energy
  • 18100000 - Occupational clothing, special workwear and accessories
  • 30120000 - Photocopying and offset printing equipment
  • 30200000 - Computer equipment and supplies
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 39110000 - Seats, chairs and related products, and associated parts
  • 44110000 - Construction materials
  • 44210000 - Structures and parts of structures
  • 44320000 - Cable and related products
  • 44420000 - Goods used in construction
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71350000 - Engineering-related scientific and technical 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
  • 79420000 - Management-related services
  • 79710000 - Security services
  • 79930000 - Specialty design services
  • 79950000 - Exhibition, fair and congress organisation services
  • 90910000 - Cleaning services
  • 92220000 - Television services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Contract 13. Lot 8d. Traffic Management Technologies

Lots

Lot 8d. Traffic Management Technologies

Supplier

Contract value

  • £69,600,000 excluding VAT
  • £83,520,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

13 October 2025

Date assessment summaries were sent to tenderers

13 October 2025

Standstill period

  • End: 22 October 2025
  • 8 working days

Earliest date the contract will be signed

23 October 2025

Contract dates (estimated)

  • 23 October 2025 to 22 October 2027
  • Possible extension to 22 October 2028
  • 3 years

Description of possible extension:

This competition is for the award of framework one in the scheme of frameworks.

Framework one (1) is for a term of 24 months with an option to extend for 12 months.

Framework two (2) will be for a term of 24 months with an option to extend up to a maximum of 12 months.

Framework three (3) which is the final framework will last 24 months, depending on whether we exercised the option to extend framework two (2).

The open framework will last 8 years in total.

CCS reserves the right to extend lots by varying durations.

Main procurement category

Services

CPV classifications

  • 09330000 - Solar energy
  • 18100000 - Occupational clothing, special workwear and accessories
  • 30120000 - Photocopying and offset printing equipment
  • 30200000 - Computer equipment and supplies
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 39110000 - Seats, chairs and related products, and associated parts
  • 44110000 - Construction materials
  • 44210000 - Structures and parts of structures
  • 44320000 - Cable and related products
  • 44520000 - Locks, keys and hinges
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71350000 - Engineering-related scientific and technical 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
  • 79420000 - Management-related services
  • 79710000 - Security services
  • 79930000 - Specialty design services
  • 90910000 - Cleaning services
  • 92220000 - Television services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Contract 14. Lot 8e. Detectors, Informing Systems & Communication Technologies

Lots

Lot 8e. Detectors, Informing Systems & Communication Technologies

Supplier

Contract value

  • £69,600,000 excluding VAT
  • £83,520,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

13 October 2025

Date assessment summaries were sent to tenderers

13 October 2025

Standstill period

  • End: 22 October 2025
  • 8 working days

Earliest date the contract will be signed

23 October 2025

Contract dates (estimated)

  • 23 October 2025 to 22 October 2027
  • Possible extension to 22 October 2028
  • 3 years

Description of possible extension:

This competition is for the award of framework one in the scheme of frameworks.

Framework one (1) is for a term of 24 months with an option to extend for 12 months.

Framework two (2) will be for a term of 24 months with an option to extend up to a maximum of 12 months.

Framework three (3) which is the final framework will last 24 months, depending on whether we exercised the option to extend framework two (2).

The open framework will last 8 years in total.

CCS reserves the right to extend lots by varying durations.

Main procurement category

Services

CPV classifications

  • 09330000 - Solar energy
  • 18100000 - Occupational clothing, special workwear and accessories
  • 30120000 - Photocopying and offset printing equipment
  • 30200000 - Computer equipment and supplies
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 39110000 - Seats, chairs and related products, and associated parts
  • 44110000 - Construction materials
  • 44210000 - Structures and parts of structures
  • 44320000 - Cable and related products
  • 44420000 - Goods used in construction
  • 44520000 - Locks, keys and hinges
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71350000 - Engineering-related scientific and technical 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
  • 79420000 - Management-related services
  • 79710000 - Security services
  • 79930000 - Specialty design services
  • 79950000 - Exhibition, fair and congress organisation services
  • 90910000 - Cleaning services
  • 92220000 - Television services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Information about tenders

Lot 1. Transport Professional Services

  • 99 tenders received
  • 2 tenders assessed in the final stage:
    • 0 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 1 supplier unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 2. Transport Data Services

  • 122 tenders received
  • 2 tenders assessed in the final stage:
    • 0 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 1 supplier unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 3. Parking Management

  • 46 tenders received
  • 2 tenders assessed in the final stage:
    • 0 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 1 supplier unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 4. Environmental Monitoring & Climate Resilience

  • 54 tenders received
  • 2 tenders assessed in the final stage:
    • 0 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 1 supplier unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 5. Enforcement, Security and Compliance

  • 48 tenders received
  • 2 tenders assessed in the final stage:
    • 0 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 1 supplier unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 6. Zero Emission Vehicle Infrastructure

  • 58 tenders received
  • 2 tenders assessed in the final stage:
    • 0 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 1 supplier unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 7a. Transport System Integration

  • 65 tenders received
  • 2 tenders assessed in the final stage:
    • 0 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 1 supplier unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 7b. Smart Ticketing

  • 35 tenders received
  • 2 tenders assessed in the final stage:
    • 0 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 1 supplier unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 7c. Transport Network Management

  • 65 tenders received
  • 2 tenders assessed in the final stage:
    • 0 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 1 supplier unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 8a. Network Devices

  • 33 tenders received
  • 2 tenders assessed in the final stage:
    • 0 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 1 supplier unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 8b. Cabinets, Furniture, Storage & Ancillaries

  • 29 tenders received
  • 2 tenders assessed in the final stage:
    • 0 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 1 supplier unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 8c. Lighting & Electrical

  • 26 tenders received
  • 2 tenders assessed in the final stage:
    • 0 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 1 supplier unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 8d. Traffic Management Technologies

  • 28 tenders received
  • 2 tenders assessed in the final stage:
    • 0 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 1 supplier unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 8e. Detectors, Informing Systems & Communication Technologies

  • 50 tenders received
  • 2 tenders assessed in the final stage:
    • 0 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 1 supplier unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Procedure

Procedure type

Open procedure


Suppliers

Withheld Section94 supplier

  • Public Procurement Organisation Number: PBXY-3232-WNHZ

Withheld address line 1

Withheld Town

SW1A 2AS

United Kingdom

Region: UKI32 - Westminster

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1. Transport Professional Services

Contract 2. Lot 2. Transport Data Services

Contract 3. Lot 3. Parking Management

Contract 4. Lot 4. Environmental Monitoring & Climate Resilience

Contract 5. Lot 5. Enforcement, Security and Compliance

Contract 6. Lot 6. Zero Emission Vehicle Infrastructure

Contract 7. Lot 7a. Transport System Integration

Contract 8. Lot 7b. Smart Ticketing

Contract 9. Lot 7c. Transport Network Management

Contract 10. Lot 8a. Network Devices

Contract 11. Lot 8b. Cabinets, Furniture, Storage & Ancillaries

Contract 12. Lot 8c. Lighting & Electrical

Contract 13. Lot 8d. Traffic Management Technologies

Contract 14. Lot 8e. Detectors, Informing Systems & Communication Technologies

Withheld Section94 Supplier 2

  • Public Procurement Organisation Number: PGYY-2165-QXNQ

Withheld address line 1

Withheld Town

SW1A 2AS

United Kingdom

Region: UKI32 - Westminster

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No


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