Planning

Transport Technology

CROWN COMMERCIAL SERVICE

This public procurement record has 6 releases in its history.

Planning

03 Feb 2025 at 16:59

Planning

04 Dec 2024 at 10:37

Planning

03 Dec 2024 at 10:59

Planning

27 Nov 2024 at 11:09

Planning

08 Mar 2024 at 14:26

Planning

08 Mar 2024 at 13:29

Summary of the contracting process

The Crown Commercial Service has announced a planned procurement process for an agreement titled "Transport Technology" for the provision of diverse transport technologies intended for Central Government and UK public sector bodies. This procurement is categorised under office and computing machinery and further includes classifications such as electrical machinery, transport equipment, IT services, and environmental services. The procurement process is currently in the planning stage, with an open procedure method, and the contract period is set to commence on 30th April 2025 and end on 29th April 2031. The budget for this multi-year project amounts to GBP 3.498 billion, with an official notice expected by 1st April 2025. The procurement aims to cover a high-level lotting structure including services such as Transport Professional Services, Data Services, Parking Management, Environmental Monitoring, and Electric Vehicle Infrastructure, among others. All interested suppliers are encouraged to participate in market engagement through the provided survey on the CCS website.

This tender presents significant opportunities for businesses, especially those specialising in transport technology, environmental monitoring, electric vehicle infrastructure, IT services, and related fields. Small and Medium Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs) are specifically identified as suitable for this contract, ensuring a diverse range of participants can contribute to and benefit from the project. By engaging in this tender, businesses can secure long-term government contracts, enhance their market presence, and contribute to critical transportation and environmental solutions across the UK. Interested suppliers should ensure they review the requirements and provide their feedback to influence the final procurement framework.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Transport Technology

Notice Description

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Transport Technologies for use by Central Government and UK public sector bodies. A high level lotting structure being proposed is; - Lot 1 - Transport Professional Services - Lot 2 - Transport Data Services - Lot 3 - Parking Management - Lot 4 - Environmental Monitoring & Climate Resilience - Lot 5 - Enforcement, Security & Compliance - Lot 6 - Electric Vehicle Infrastructure - Lot 7 - Systems & Platforms - Lot 7a - System Integration - Lot 7b - Smart Ticketing - Lot 7c - Transport Network Management - Lot 8 - Passive & Active Infrastructure - Lot 8a - Network Devices - Lot 8b - Cabinets, Furniture, Storage & Ancillaries - Lot 8c - Lighting & Electrical - Lot 8d - Traffic Management Technologies - Lot 8e - Detectors, Informing systems & Communication technologies Crown Commercial Service invites suggestions and feedback on the proposed structure of the Transport Technology structure, service lines or processes detailed in the Lots from the market including industry experts, specialists and suppliers. To participate in market engagement please access the linked specification document from our website, and the included survey. We will not be accepting direct communication and feedback for this exercise. We ask people accessing this engagement to not contact our corporate email inbox, or members of CCS teams. Please provide all feedback directly into the survey format. To access the specification, principles of the agreement and the questionnaire, go to our website: https://www.crowncommercial.gov.uk/agreements/RM6347 The survey covers your organisation, and gives space to provide feedback directly against aspects of the proposed structure. If for any reason you are unable to access the questionnaire please get in touch with transporttechnology@crowncommercial.gov.uk so we can support access.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-7948ca2f-cd6b-406d-b969-d25d3ac5fdf0
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/d8f95677-28ec-4538-936b-857906f3e0e6
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

31 - Electrical machinery, apparatus, equipment and consumables; lighting

32 - Radio, television, communication, telecommunication and related equipment

34 - Transport equipment and auxiliary products to transportation

35 - Security, fire-fighting, police and defence equipment

38 - Laboratory, optical and precision equipments (excl. glasses)

48 - Software package and information systems

50 - Repair and maintenance services

51 - Installation services (except software)

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

73 - Research and development services and related consultancy services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

30000000 - Office and computing machinery, equipment and supplies except furniture and software packages

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

38700000 - Time registers and the like; parking meters

48000000 - Software package and information systems

50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

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

79300000 - Market and economic research; polling and statistics

90700000 - Environmental services

Notice Value(s)

Tender Value
£3,498,000,000 £1B-£10B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Feb 20251 years ago
Submission Deadline
Not specified
Future Notice Date
1 Oct 2025Expired
Award Date
Not specified
Contract Period
30 Oct 2025 - 29 Apr 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROWN COMMERCIAL SERVICE
Contact Name
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
Contact Email
supplier@crowncommercial.gov.uk
Contact Phone
03454102222

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-7948ca2f-cd6b-406d-b969-d25d3ac5fdf0-2025-02-03T16:59:54Z",
    "date": "2025-02-03T16:59:54Z",
    "ocid": "ocds-b5fd17-7948ca2f-cd6b-406d-b969-d25d3ac5fdf0",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "budget": {
            "budgetBreakdown": [
                {
                    "id": "1",
                    "period": {
                        "startDate": "2025-04-01T00:00:00+01:00",
                        "endDate": "2026-03-31T23:59:59+01:00"
                    },
                    "description": "2025/2026",
                    "amount": {
                        "amount": 583000000,
                        "currency": "GBP"
                    }
                },
                {
                    "id": "2",
                    "period": {
                        "startDate": "2026-04-01T00:00:00+01:00",
                        "endDate": "2027-03-31T23:59:59+01:00"
                    },
                    "description": "2026/2027",
                    "amount": {
                        "amount": 583000000,
                        "currency": "GBP"
                    }
                },
                {
                    "id": "3",
                    "period": {
                        "startDate": "2027-04-01T00:00:00+01:00",
                        "endDate": "2028-03-31T23:59:59+01:00"
                    },
                    "description": "2027/2028",
                    "amount": {
                        "amount": 583000000,
                        "currency": "GBP"
                    }
                },
                {
                    "id": "4",
                    "period": {
                        "startDate": "2028-04-01T00:00:00+01:00",
                        "endDate": "2029-03-31T23:59:59+01:00"
                    },
                    "description": "2028/2029",
                    "amount": {
                        "amount": 583000000,
                        "currency": "GBP"
                    }
                },
                {
                    "id": "5",
                    "period": {
                        "startDate": "2029-04-01T00:00:00+01:00",
                        "endDate": "2030-03-31T23:59:59+01:00"
                    },
                    "description": "2029/2030",
                    "amount": {
                        "amount": 583000000,
                        "currency": "GBP"
                    }
                },
                {
                    "id": "6",
                    "period": {
                        "startDate": "2030-04-01T00:00:00+01:00",
                        "endDate": "2031-03-31T23:59:59+01:00"
                    },
                    "description": "2030/2031",
                    "amount": {
                        "amount": 583000000,
                        "currency": "GBP"
                    }
                }
            ]
        },
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/d8f95677-28ec-4538-936b-857906f3e0e6",
                "datePublished": "2024-03-08T13:29:09Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2025-02-03T16:59:54Z"
            },
            {
                "id": "2",
                "documentType": "plannedProcurementNotice",
                "url": "https://www.find-tender.service.gov.uk/Notice/007543-2024"
            },
            {
                "id": "3",
                "documentType": "plannedProcurementNotice",
                "description": "This prior information notice replaces the previous PIN issued on the 08/03/2024",
                "url": "https://www.find-tender.service.gov.uk/Notice/007519-2024"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "description": "This prior information notice replaces the previous PIN issued on the 08/03/2024",
                "url": "https://www.find-tender.service.gov.uk/Notice/007543-2024"
            },
            {
                "id": "5",
                "documentType": "plannedProcurementNotice",
                "url": "https://www.find-tender.service.gov.uk/Notice/038262-2024"
            },
            {
                "id": "6",
                "documentType": "plannedProcurementNotice",
                "description": "This prior information notice replaces the previous PIN issued on the 27/11/2024",
                "url": "https://www.find-tender.service.gov.uk/Notice/038262-2024"
            },
            {
                "id": "7",
                "documentType": "plannedProcurementNotice",
                "url": "https://www.find-tender.service.gov.uk/Notice/038864-2024"
            },
            {
                "id": "8",
                "documentType": "plannedProcurementNotice",
                "description": "This prior information notice replaces the previous PIN issued on the 03/12/2024",
                "url": "https://www.find-tender.service.gov.uk/Notice/038864-2024"
            },
            {
                "id": "9",
                "documentType": "plannedProcurementNotice",
                "url": "https://www.find-tender.service.gov.uk/Notice/039008-2024"
            },
            {
                "id": "10",
                "documentType": "plannedProcurementNotice",
                "description": "This prior information notice replaces the previous PIN issued on the 04/12/2024",
                "url": "https://www.find-tender.service.gov.uk/Notice/039008-2024"
            },
            {
                "id": "11",
                "documentType": "plannedProcurementNotice",
                "url": "https://www.find-tender.service.gov.uk/Notice/003543-2025"
            }
        ]
    },
    "tender": {
        "id": "RM6347",
        "title": "Transport Technology",
        "description": "Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Transport Technologies for use by Central Government and UK public sector bodies. A high level lotting structure being proposed is; - Lot 1 - Transport Professional Services - Lot 2 - Transport Data Services - Lot 3 - Parking Management - Lot 4 - Environmental Monitoring & Climate Resilience - Lot 5 - Enforcement, Security & Compliance - Lot 6 - Electric Vehicle Infrastructure - Lot 7 - Systems & Platforms - Lot 7a - System Integration - Lot 7b - Smart Ticketing - Lot 7c - Transport Network Management - Lot 8 - Passive & Active Infrastructure - Lot 8a - Network Devices - Lot 8b - Cabinets, Furniture, Storage & Ancillaries - Lot 8c - Lighting & Electrical - Lot 8d - Traffic Management Technologies - Lot 8e - Detectors, Informing systems & Communication technologies Crown Commercial Service invites suggestions and feedback on the proposed structure of the Transport Technology structure, service lines or processes detailed in the Lots from the market including industry experts, specialists and suppliers. To participate in market engagement please access the linked specification document from our website, and the included survey. We will not be accepting direct communication and feedback for this exercise. We ask people accessing this engagement to not contact our corporate email inbox, or members of CCS teams. Please provide all feedback directly into the survey format. To access the specification, principles of the agreement and the questionnaire, go to our website: https://www.crowncommercial.gov.uk/agreements/RM6347 The survey covers your organisation, and gives space to provide feedback directly against aspects of the proposed structure. If for any reason you are unable to access the questionnaire please get in touch with transporttechnology@crowncommercial.gov.uk so we can support access.",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "30000000",
            "description": "Office and computing machinery, equipment and supplies except furniture and software packages"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 3498000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "communication": {
            "futureNoticeDate": "2025-10-01T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2025-10-30T00:00:00Z",
            "endDate": "2031-04-29T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "31000000",
                "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
            },
            {
                "scheme": "CPV",
                "id": "32000000",
                "description": "Radio, television, communication, telecommunication and related equipment"
            },
            {
                "scheme": "CPV",
                "id": "34000000",
                "description": "Transport equipment and auxiliary products to transportation"
            },
            {
                "scheme": "CPV",
                "id": "35000000",
                "description": "Security, fire-fighting, police and defence equipment"
            },
            {
                "scheme": "CPV",
                "id": "38700000",
                "description": "Time registers and the like; parking meters"
            },
            {
                "scheme": "CPV",
                "id": "48000000",
                "description": "Software package and information systems"
            },
            {
                "scheme": "CPV",
                "id": "50200000",
                "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
            },
            {
                "scheme": "CPV",
                "id": "51300000",
                "description": "Installation services of communications equipment"
            },
            {
                "scheme": "CPV",
                "id": "71600000",
                "description": "Technical testing, analysis and consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "72000000",
                "description": "IT services: consulting, software development, Internet and support"
            },
            {
                "scheme": "CPV",
                "id": "73000000",
                "description": "Research and development services and related consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "79300000",
                "description": "Market and economic research; polling and statistics"
            },
            {
                "scheme": "CPV",
                "id": "90700000",
                "description": "Environmental services"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)",
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "03454102222"
            },
            "details": {
                "url": "https://www.gov.uk/government/organisations/CCS"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    }
}