Notice Information
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 ADSThe 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 rulesetThe 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 coverageThis 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 requirementsIn 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 ADSThe 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.
Notice Details
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
Buyer & Supplier
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
Further Information
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-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
}
]
}
}