- Lot 1. Transport Professional Services
- Lot 2. Transport Data Services
- Lot 3. Parking Management
- Lot 4. Environmental Monitoring & Climate Resilience
- Lot 5. Enforcement, Security and Compliance
- Lot 6. Zero Emission Vehicle Infrastructure
- Lot 7a. Transport System Integration
- Lot 7b. Smart Ticketing
- Lot 7c. Transport Network Management
- 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
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
Region: UKD72 - Liverpool
Organisation type: Public authority - central government