Notice Information
Notice Title
Innovation Collaboration Framework
Notice Description
The framework (with only one lot) was tendered under PCR 2015, using the Competitive Procedure with Negotiation (CPN). This offered TfL the option to negotiate relevant aspects with tenderers during the procedure. Note - The PS15m value of the ICF is the estimated maximum total spend by TfL for the procurement and implementation of innovative solutions over 4(+2 years) at phase 2 (scaling). The PS15m does not include the cost of research and development (this is provided by the partners at their own risk) or income from co-commercialising. ICF partners will be required to develop innovative solutions to solve TfL problems and where considered appropriate by TfL, work with TfL to co-commercialise the solutions. These innovation projects will be instructed via call-off contracts. Each project will comprise up to three phases: - Research and Development - Scaling and implementation at TfL sites - Joint commercialisation The ICF will support the delivery of the Mayor's Transport Strategy and create solutions to address TfL's priority transport issues. It will provide a new route for accessing innovation-focused partners via a single lot structure, allowing partners to be appointed directly or, at TfL's discretion, via mini-competition. It also provides a route to commercialise solutions within the UK and internationally. Each call-off contract will comprise up to three phases depending on the nature of the project and the findings at each stage: Phase 1: R&D/Trialling and Testing/Proof of Concept - the partner develops a solution at their own risk, with TfL providing support including subject matter expertise and test beds for trails. Phase 2: Scaling and Implementation for TfL - if TfL decides to procure the solution TfL will pay an agreed sum for delivery and implementation as set out in the call-off contract. Phase 3: Co-commercialisation - the partner will lead the commercialisation of the solution where appropriate.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-7fca5708-07e7-4564-b4c9-d04a9f86dc8d
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/70e0f288-e791-4164-b989-c710de3a5081
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation (above threshold)
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
51 - Installation services (except software)
64 - Postal and telecommunications services
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
34000000 - Transport equipment and auxiliary products to transportation
38100000 - Navigational and meteorological instruments
38200000 - Geological and geophysical instruments
38400000 - Instruments for checking physical characteristics
38542000 - Servo-hydraulic test apparatus
38543000 - Gas-detection equipment
42900000 - Miscellaneous general and special-purpose machinery
45310000 - Electrical installation work
48000000 - Software package and information systems
51000000 - Installation services (except software)
64000000 - Postal and telecommunications services
72000000 - IT services: consulting, software development, Internet and support
73000000 - Research and development services and related consultancy services
90700000 - Environmental services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £15,000,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Feb 20242 years ago
- Submission Deadline
- 10 Nov 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Nov 20232 years ago
- Contract Period
- 14 Dec 2023 - 14 Dec 2029 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR LONDON
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- E20 1JN
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI41 Hackney and Newham
- Delivery Location
- TLI London
-
- Local Authority
- Newham
- Electoral Ward
- Stratford Olympic Park
- Westminster Constituency
- Stratford and Bow
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/70e0f288-e791-4164-b989-c710de3a5081
21st February 2024 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/e9b579b8-c033-4926-9f75-b18dc0b468be
Mercedes ICF Redacted Contract -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/bdb75e7e-ec92-4440-9c2e-cd72c64454b8
Sopra Steria ICF Redacted Contract -
https://www.find-tender.service.gov.uk/Notice/001771-2024#complementary_info-heading
Associated Find a Tender Award Notice
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-7fca5708-07e7-4564-b4c9-d04a9f86dc8d-2024-02-21T00:33:47Z",
"date": "2024-02-21T00:33:47Z",
"ocid": "ocds-b5fd17-7fca5708-07e7-4564-b4c9-d04a9f86dc8d",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tfl_scp_002174",
"title": "Innovation Collaboration Framework",
"description": "The framework (with only one lot) was tendered under PCR 2015, using the Competitive Procedure with Negotiation (CPN). This offered TfL the option to negotiate relevant aspects with tenderers during the procedure. Note - The PS15m value of the ICF is the estimated maximum total spend by TfL for the procurement and implementation of innovative solutions over 4(+2 years) at phase 2 (scaling). The PS15m does not include the cost of research and development (this is provided by the partners at their own risk) or income from co-commercialising. ICF partners will be required to develop innovative solutions to solve TfL problems and where considered appropriate by TfL, work with TfL to co-commercialise the solutions. These innovation projects will be instructed via call-off contracts. Each project will comprise up to three phases: - Research and Development - Scaling and implementation at TfL sites - Joint commercialisation The ICF will support the delivery of the Mayor's Transport Strategy and create solutions to address TfL's priority transport issues. It will provide a new route for accessing innovation-focused partners via a single lot structure, allowing partners to be appointed directly or, at TfL's discretion, via mini-competition. It also provides a route to commercialise solutions within the UK and internationally. Each call-off contract will comprise up to three phases depending on the nature of the project and the findings at each stage: Phase 1: R&D/Trialling and Testing/Proof of Concept - the partner develops a solution at their own risk, with TfL providing support including subject matter expertise and test beds for trails. Phase 2: Scaling and Implementation for TfL - if TfL decides to procure the solution TfL will pay an agreed sum for delivery and implementation as set out in the call-off contract. Phase 3: Co-commercialisation - the partner will lead the commercialisation of the solution where appropriate.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34000000",
"description": "Transport equipment and auxiliary products to transportation"
},
{
"scheme": "CPV",
"id": "38100000",
"description": "Navigational and meteorological instruments"
},
{
"scheme": "CPV",
"id": "38200000",
"description": "Geological and geophysical instruments"
},
{
"scheme": "CPV",
"id": "38400000",
"description": "Instruments for checking physical characteristics"
},
{
"scheme": "CPV",
"id": "38542000",
"description": "Servo-hydraulic test apparatus"
},
{
"scheme": "CPV",
"id": "38543000",
"description": "Gas-detection equipment"
},
{
"scheme": "CPV",
"id": "42900000",
"description": "Miscellaneous general and special-purpose machinery"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "64000000",
"description": "Postal and telecommunications 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": "90700000",
"description": "Environmental services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation (above threshold)",
"tenderPeriod": {
"endDate": "2022-11-10T17:00:00Z"
},
"contractPeriod": {
"startDate": "2023-12-14T00:00:00Z",
"endDate": "2029-12-14T23:59:59Z"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/5WZu8KXU",
"name": "Transport for London",
"identifier": {
"legalName": "Transport for London",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/5WZu8KXU"
},
"address": {
"streetAddress": "5 ENDEAVOUR SQUARE",
"locality": "LONDON",
"postalCode": "E201JN",
"countryName": "England"
},
"contactPoint": {
"name": "James Inchbald",
"email": "jamesinchbald@tfl.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-COH-2448457",
"name": "Mercedes Benz UK Ltd",
"identifier": {
"legalName": "Mercedes Benz UK Ltd",
"scheme": "GB-COH",
"id": "2448457"
},
"address": {
"streetAddress": "Delaware Drive, Tongwell Milton Keynes MK15 8BA"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-04077975",
"name": "Sopra Steria Limited",
"identifier": {
"legalName": "Sopra Steria Limited",
"scheme": "GB-COH",
"id": "04077975"
},
"address": {
"streetAddress": "Three Cherry Trees Lane Hemel Hempstead HP2 7AH"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/5WZu8KXU",
"name": "Transport for London"
},
"awards": [
{
"id": "ocds-b5fd17-7fca5708-07e7-4564-b4c9-d04a9f86dc8d-1",
"status": "active",
"date": "2023-11-14T00:00:00Z",
"datePublished": "2024-02-21T00:29:13Z",
"value": {
"amount": 15000000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-2448457",
"name": "Mercedes Benz UK Ltd"
},
{
"id": "GB-COH-04077975",
"name": "Sopra Steria Limited"
}
],
"contractPeriod": {
"startDate": "2023-12-14T00:00:00Z",
"endDate": "2029-12-14T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/70e0f288-e791-4164-b989-c710de3a5081",
"datePublished": "2024-02-21T00:29:13Z",
"format": "text/html",
"language": "en",
"dateModified": "2024-02-21T00:33:47Z"
},
{
"id": "2",
"documentType": "contractSigned",
"description": "Mercedes ICF Redacted Contract",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e9b579b8-c033-4926-9f75-b18dc0b468be",
"format": "application/pdf"
},
{
"id": "3",
"documentType": "contractSigned",
"description": "Sopra Steria ICF Redacted Contract",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bdb75e7e-ec92-4440-9c2e-cd72c64454b8",
"format": "application/pdf"
},
{
"id": "4",
"documentType": "awardNotice",
"description": "Associated Find a Tender Award Notice",
"url": "https://www.find-tender.service.gov.uk/Notice/001771-2024#complementary_info-heading"
}
]
}
]
}