Award

Research to support the development of a GB automated vehicle safety and security approval scheme

DEPARTMENT FOR TRANSPORT

This public procurement record has 2 releases in its history.

Award

06 Jul 2021 at 21:45

Tender

23 Feb 2021 at 22:56

Summary of the contracting process

The procurement process, initiated by the Department for Transport, focuses on research to support the development of a Great Britain automated vehicle safety and security approval scheme. This tender, titled "TETI0042 - Research to support the development of a GB automated vehicle safety and security approval scheme," is classified under research services (CPV code: 73110000) and aims to address multiple work packages. The procurement stage is currently active, with a total budget of £1,200,000, with a bidding deadline set for 21 March 2021. Submissions will be accepted electronically through the designated Jaggaer system, marking this as an open procurement process.

This tender represents significant opportunities for businesses engaged in research and development services, particularly those specialising in automated systems, safety protocols, and regulatory requirements. Companies that could benefit include large research firms, universities, and technical consultancies with expertise in automotive safety and technology. By participating in this bidding process, businesses can potentially secure contracts worth over a million pounds while contributing to advancements in the automated vehicle sector in the UK.

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

Research to support the development of a GB automated vehicle safety and security approval scheme

Notice Description

The Department for Transport have commissioned research to support the development of a GB automated vehicle safety and security approval scheme. To support the Authority in the development of the scheme, this first phase has been divided into a programme of separate projects (5 in total) referred to as "work packages": Work package 1: Safety of the ADS Work package 2: Defining a codified behavioural ruleset Work package 3: Scenario generation, selection, and coverage Work package 4: Non-ADS vehicle requirements Work package 5: In-use safety monitoring of the ADS

Lot Information

TETI0042 - Research to support the development of a GB automated vehicle safety and security approval scheme

The Department for Transport seeks to commission research to support the development of a GB automated vehicle safety and security approval scheme. There are five separate work packages that will be available for Potential Providers to submit a tender response for: itt_190 Work package 1: Pre-deployment safety of the ADS itt_201 Work package 2: Defining a codified behavioural ruleset itt_202 Work package 3: Scenario selection, coverage and database population itt_203 Work package 4: Non-ADS vehicle requirements itt_204 Work package 5: In-use safety monitoring of the ADS All information can be found through the Jaggaer system https://dft.app.jaggaer.com/web/login.html

Work package 1: Safety of the ADS

The vehicle, in which the ADS is installed, must operate safely within its operating environment and for its intended use. The supplier will develop a means (including technical, administrative and procedural requirements) to determine the Safety of the Automated Driving System (ADS), in the context of its vehicle installation and operating environment, prior to deployment.

Work package 2: Defining a codified behavioural ruleset

The supplier will develop, for consideration by the authority, proposals for a minimum codified behavioural ruleset to support safety assurance.

Work package 3: Scenario generation, selection, and coverage

This project assumes that scenarios will play a central role in safety assurance. The use of scenarios is expected both at the manufacturer's verification and validation stage but also at the independent scrutiny stage prior to deployment The supplier will develop, for consideration by the authority, proposals for scenario generation, selection and coverage to support safety assurance.

Work package 4: Non-ADS vehicle requirements

In addition to the ADS, the scheme shall include technical, administrative and procedural requirements for all other aspects of the vehicle which are important to safety, security and environmental performance, and which would fall within scope of existing approval schemes for non-automated vehicles. Additionally, this work package will also consider necessary amendments to the Construction and Use regulations. The supplier will develop, for consideration by the authority, proposals for: 1) A set of technical, administrative and procedural requirements, covering the whole vehicle (with the exception of the ADS), specifically for the automated vehicle approval scheme (taking into account the existing provisions for vehicles and tri/quadricycles); 2) A set of necessary amendments to the Construction and Use regulations

Work package 5- In-use safety monitoring of the ADS

The role of in-use monitoring is to provide continued validation of the safety of the vehicle during its deployment lifetime. An effective scheme will identify potential safety hazards prior to any harm arising. the supplier will develop, for consideration by the authority, proposals for an in-use monitoring scheme to ensure continued safety of a highly-automated vehicle during its deployment.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0295a2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015617-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73110000 - Research services

Notice Value(s)

Tender Value
£1,200,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,287,863 £1M-£10M

Notice Dates

Publication Date
6 Jul 20214 years ago
Submission Deadline
21 Mar 2021Expired
Future Notice Date
Not specified
Award Date
23 May 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Active, Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR TRANSPORT
Contact Name
Not specified
Contact Email
dftprocurement@dft.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
Not specified

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Supplier Information

Number of Suppliers
3
Supplier Names

HORIBA MIRA

TRL

UNIVERSITY OF WARWICK

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-h6vhtk-0295a2-2021-07-06T22:45:04+01:00",
    "date": "2021-07-06T22:45:04+01:00",
    "ocid": "ocds-h6vhtk-0295a2",
    "initiationType": "tender",
    "tender": {
        "id": "TETI0042",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Research to support the development of a GB automated vehicle safety and security approval scheme",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "73110000",
            "description": "Research services"
        },
        "mainProcurementCategory": "services",
        "description": "The Department for Transport have commissioned research to support the development of a GB automated vehicle safety and security approval scheme. To support the Authority in the development of the scheme, this first phase has been divided into a programme of separate projects (5 in total) referred to as \"work packages\": Work package 1: Safety of the ADS Work package 2: Defining a codified behavioural ruleset Work package 3: Scenario generation, selection, and coverage Work package 4: Non-ADS vehicle requirements Work package 5: In-use safety monitoring of the ADS",
        "value": {
            "amount": 1200000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 5
        },
        "lots": [
            {
                "id": "1-5",
                "title": "TETI0042 - Research to support the development of a GB automated vehicle safety and security approval scheme",
                "description": "The Department for Transport seeks to commission research to support the development of a GB automated vehicle safety and security approval scheme. There are five separate work packages that will be available for Potential Providers to submit a tender response for: itt_190 Work package 1: Pre-deployment safety of the ADS itt_201 Work package 2: Defining a codified behavioural ruleset itt_202 Work package 3: Scenario selection, coverage and database population itt_203 Work package 4: Non-ADS vehicle requirements itt_204 Work package 5: In-use safety monitoring of the ADS All information can be found through the Jaggaer system https://dft.app.jaggaer.com/web/login.html",
                "contractPeriod": {
                    "endDate": "2022-03-24T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "1",
                "title": "Work package 1: Safety of the ADS",
                "description": "The vehicle, in which the ADS is installed, must operate safely within its operating environment and for its intended use. The supplier will develop a means (including technical, administrative and procedural requirements) to determine the Safety of the Automated Driving System (ADS), in the context of its vehicle installation and operating environment, prior to deployment.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "Work package 2: Defining a codified behavioural ruleset",
                "description": "The supplier will develop, for consideration by the authority, proposals for a minimum codified behavioural ruleset to support safety assurance.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "Work package 3: Scenario generation, selection, and coverage",
                "description": "This project assumes that scenarios will play a central role in safety assurance. The use of scenarios is expected both at the manufacturer's verification and validation stage but also at the independent scrutiny stage prior to deployment The supplier will develop, for consideration by the authority, proposals for scenario generation, selection and coverage to support safety assurance.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "4",
                "title": "Work package 4: Non-ADS vehicle requirements",
                "description": "In addition to the ADS, the scheme shall include technical, administrative and procedural requirements for all other aspects of the vehicle which are important to safety, security and environmental performance, and which would fall within scope of existing approval schemes for non-automated vehicles. Additionally, this work package will also consider necessary amendments to the Construction and Use regulations. The supplier will develop, for consideration by the authority, proposals for: 1) A set of technical, administrative and procedural requirements, covering the whole vehicle (with the exception of the ADS), specifically for the automated vehicle approval scheme (taking into account the existing provisions for vehicles and tri/quadricycles); 2) A set of necessary amendments to the Construction and Use regulations",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "5",
                "title": "Work package 5- In-use safety monitoring of the ADS",
                "description": "The role of in-use monitoring is to provide continued validation of the safety of the vehicle during its deployment lifetime. An effective scheme will identify potential safety hazards prior to any harm arising. the supplier will develop, for consideration by the authority, proposals for an in-use monitoring scheme to ensure continued safety of a highly-automated vehicle during its deployment.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1-5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73110000",
                        "description": "Research services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1-5"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73110000",
                        "description": "Research services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73110000",
                        "description": "Research services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73110000",
                        "description": "Research services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73110000",
                        "description": "Research services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73110000",
                        "description": "Research services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "5"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://dft.app.jaggaer.com/web/login.html",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-03-21"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2021-03-21T23:00:00Z"
        },
        "bidOpening": {
            "date": "2021-03-21T23:00:00Z"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-6043",
            "name": "Department for Transport",
            "identifier": {
                "legalName": "Department for Transport"
            },
            "address": {
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Dftprocurement@dft.gov.uk",
                "url": "https://dft.app.jaggaer.com/web/login.html"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-transport",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-21710",
            "name": "Horiba MIRA Ltd",
            "identifier": {
                "legalName": "Horiba MIRA Ltd"
            },
            "address": {
                "locality": "Nuneaton",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-2444",
            "name": "University of Warwick",
            "identifier": {
                "legalName": "University of Warwick"
            },
            "address": {
                "locality": "Coventry",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-21711",
            "name": "TRL Limited",
            "identifier": {
                "legalName": "TRL Limited"
            },
            "address": {
                "locality": "Wokingham",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-6043",
        "name": "Department for Transport"
    },
    "language": "en",
    "awards": [
        {
            "id": "015617-2021-TETI0042-1",
            "relatedLots": [
                "1"
            ],
            "title": "Work package 1- Pre-deployment safety of the ADS",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-21710",
                    "name": "Horiba MIRA Ltd"
                }
            ]
        },
        {
            "id": "015617-2021-TETI0042-2",
            "relatedLots": [
                "2"
            ],
            "title": "Work Package 2: Defining a codified behavioural ruleset",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-2444",
                    "name": "University of Warwick"
                }
            ]
        },
        {
            "id": "015617-2021-TETI0042-3",
            "relatedLots": [
                "3"
            ],
            "title": "Work Package 3: Scenario selection, coverage and database population",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-2444",
                    "name": "University of Warwick"
                }
            ]
        },
        {
            "id": "015617-2021-TETI0042-4",
            "relatedLots": [
                "4"
            ],
            "title": "Work package 4: Non-ADS vehicle requirements",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-21711",
                    "name": "TRL Limited"
                }
            ]
        },
        {
            "id": "015617-2021-TETI0042-5",
            "relatedLots": [
                "5"
            ],
            "title": "Work package 5: In-use safety monitoring of the ADS",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-21711",
                    "name": "TRL Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "015617-2021-TETI0042-1",
            "awardID": "015617-2021-TETI0042-1",
            "title": "Work package 1- Pre-deployment safety of the ADS",
            "status": "active",
            "value": {
                "amount": 425213,
                "currency": "GBP"
            },
            "dateSigned": "2021-05-24T00:00:00+01:00"
        },
        {
            "id": "015617-2021-TETI0042-2",
            "awardID": "015617-2021-TETI0042-2",
            "title": "Work Package 2: Defining a codified behavioural ruleset",
            "status": "active",
            "value": {
                "amount": 190000,
                "currency": "GBP"
            },
            "dateSigned": "2021-06-07T00:00:00+01:00"
        },
        {
            "id": "015617-2021-TETI0042-3",
            "awardID": "015617-2021-TETI0042-3",
            "title": "Work Package 3: Scenario selection, coverage and database population",
            "status": "active",
            "value": {
                "amount": 182650,
                "currency": "GBP"
            },
            "dateSigned": "2021-06-07T00:00:00+01:00"
        },
        {
            "id": "015617-2021-TETI0042-4",
            "awardID": "015617-2021-TETI0042-4",
            "title": "Work package 4: Non-ADS vehicle requirements",
            "status": "active",
            "value": {
                "amount": 260000,
                "currency": "GBP"
            },
            "dateSigned": "2021-06-07T00:00:00+01:00"
        },
        {
            "id": "015617-2021-TETI0042-5",
            "awardID": "015617-2021-TETI0042-5",
            "title": "Work package 5: In-use safety monitoring of the ADS",
            "status": "active",
            "value": {
                "amount": 230000,
                "currency": "GBP"
            },
            "dateSigned": "2021-06-07T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "2",
                "measure": "bids",
                "relatedLot": "2",
                "value": 3
            },
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "3",
                "value": 4
            },
            {
                "id": "4",
                "measure": "bids",
                "relatedLot": "4",
                "value": 5
            },
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "5",
                "value": 3
            }
        ]
    }
}