Notice Information
Notice Title
Free-Flow Charging Package A: Road User Charging Services
Notice Description
Highways England is the government company charged with operating, maintaining and improving motorways and major (trunk) roads in England. Highways England has procured (as a procurement agent on behalf of the Secretary of State for Transport, as described in the Highways England framework document annex C paragraph 2) a second generation free-flow charging service solution for the existing Dartford-Thurrock River Crossing road user charging scheme. A road user charge has been collected at this crossing since 2003 to manage the high demand for its use. Any solution is expected to offer proportionate scalability where systems and operations can deal with alternative charging schemes. This contract award notice is for Road User Charging Services (Package A) as part of the overall free-flow charging service solution, and comprises of vehicle identification, account management, payment processing, and customer services.
Lot Information
Lot 1
Highways England is the government company charged with operating, maintaining and improving motorways and major (trunk) roads in England. Highways England's road network totals around 4,300 miles and is commonly known as the strategic road network. The Dartford-Thurrock River Crossing is a critical part of the strategic road network in the South East of England. It spans the River Thames between Dartford and Thurrock, approximately 16 miles east of central London, and forms a trunk road link (the A282 Trunk Road) that connects the M25 London Orbital motorway either side of the Thames to create a complete strategic road network around London. Highways England has procured (as a procurement agent on behalf of the Secretary of State for Transport, as described in the Highways England framework document annex C paragraph 2) a second generation free-flow charging service solution for the existing Dartford-Thurrock River Crossing road user charging scheme. A road user charge has been collected at this crossing since 2003 to manage the high demand for its use. Any solution is expected to offer proportionate scalability where systems and operations can deal with alternative charging schemes. Highways England's second generation free-flow charging service solution will be contracted through three main packages, each under a separate contract award notice, and each delivered as a complete end-to-end managed service, including people operations, systems and maintenance. This contract award notice is for Road User Charging Services (Package A) as part of the overall free-flow charging service solution, and comprises of vehicle identification, account management, payment processing, and customer services. The other proposed elements of the free-flow charging solution are UK Enforcement Services (Package B) and Non-UK Enforcement Services (Package C). Packages B and C are subject to separate contract award notices and separate procurement exercises. The Road User Charging Services contract consists of the following services: a) implementation of a new solution and transition of existing data within 18 months of the contract commencement date; b) provision and operation of roadside equipment (e.g. ANPR, DSRC) to enable detection and identification of vehicles, including enabling utilities and interfaces to third party systems (e.g. DVLA); c) matching of validated vehicle passage records to payments or exemption lists, and (where applicable) identification of contravention candidates; d) processing of payments; e) provision of account (e.g. standard, business, local resident, exempt) and non-account functionality to enable customers to pay the road user charge; f) provision of a suite of contact channels; g) provision of a customer support offering for managing communications (e.g. enquiries, complaints, Freedom of Information requests, subject access requests); h) provision of financial reconciliation, banking, a payment gateway, and accounting services related to the road user charging scheme; i) provision of management information; j) provision of lifecycle IT service management; k) provision of optional services which are capable of being enacted at a future date, including: - implementation of the Road User Charging Services solution at Lower Thames Crossing; - integration of the Road User Charging Services solution with other road user charging schemes (e.g. EETS); - identification of persistent contravention candidates; - capability to implement new road user charging models (e.g. dynamic charging, time of day charging, surcharge period); - integration of the Road User Charging Services solution with connected and autonomous vehicles, and Mobility-as-a-Service technologies.
Options: Highways England makes no commitment as to the extent to which the optional services described in II.2.4 and the contract will be enacted (if at all) or that any other bodies will utilise such arrangements and reserves the right to procure these services through a route other than the contract which is the subject of this contract award notice. This contract shall allow for provision of licences of the software used in the delivery of this contract for use on alternative road user charging schemes by any other central government or local government body in the UK or any other organisation which is a highway authority under the Highways Act 1980 ("Other Contracting Authorities"). Services associated with use of the software would be separately procured by the Other Contracting Authorities.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02b187
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010774-2021
- 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
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
45 - Construction work
63 - Supporting and auxiliary transport services; travel agencies services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
- CPV Codes
32234000 - Closed-circuit television cameras
32500000 - Telecommunications equipment and supplies
34927000 - Toll equipment
34970000 - Traffic-monitoring equipment
34980000 - Transport tickets
45316210 - Installation of traffic monitoring equipment
63712210 - Highway toll services
63712311 - Bridge toll services
63712321 - Tunnel toll services
63712400 - Parking services
63712700 - Traffic control services
72000000 - IT services: consulting, software development, Internet and support
72322000 - Data management services
79342300 - Customer services
79940000 - Collection agency services
79941000 - Toll-collection services
98351110 - Parking enforcement services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £150,000,000 £100M-£1B
Notice Dates
- Publication Date
- 14 May 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 25 Apr 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR TRANSPORT
- Contact Name
- Neil Widdop
- Contact Email
- technologyprocurement@highwaysengland.co.uk
- Contact Phone
- +44 3001235000
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DR
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- Vincent Square
- Westminster Constituency
- Cities of London and Westminster
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-02b187-2021-05-14T22:55:09+01:00",
"date": "2021-05-14T22:55:09+01:00",
"ocid": "ocds-h6vhtk-02b187",
"initiationType": "tender",
"tender": {
"id": "FFC.A",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Free-Flow Charging Package A: Road User Charging Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "63712210",
"description": "Highway toll services"
},
"mainProcurementCategory": "services",
"description": "Highways England is the government company charged with operating, maintaining and improving motorways and major (trunk) roads in England. Highways England has procured (as a procurement agent on behalf of the Secretary of State for Transport, as described in the Highways England framework document annex C paragraph 2) a second generation free-flow charging service solution for the existing Dartford-Thurrock River Crossing road user charging scheme. A road user charge has been collected at this crossing since 2003 to manage the high demand for its use. Any solution is expected to offer proportionate scalability where systems and operations can deal with alternative charging schemes. This contract award notice is for Road User Charging Services (Package A) as part of the overall free-flow charging service solution, and comprises of vehicle identification, account management, payment processing, and customer services.",
"lots": [
{
"id": "1",
"description": "Highways England is the government company charged with operating, maintaining and improving motorways and major (trunk) roads in England. Highways England's road network totals around 4,300 miles and is commonly known as the strategic road network. The Dartford-Thurrock River Crossing is a critical part of the strategic road network in the South East of England. It spans the River Thames between Dartford and Thurrock, approximately 16 miles east of central London, and forms a trunk road link (the A282 Trunk Road) that connects the M25 London Orbital motorway either side of the Thames to create a complete strategic road network around London. Highways England has procured (as a procurement agent on behalf of the Secretary of State for Transport, as described in the Highways England framework document annex C paragraph 2) a second generation free-flow charging service solution for the existing Dartford-Thurrock River Crossing road user charging scheme. A road user charge has been collected at this crossing since 2003 to manage the high demand for its use. Any solution is expected to offer proportionate scalability where systems and operations can deal with alternative charging schemes. Highways England's second generation free-flow charging service solution will be contracted through three main packages, each under a separate contract award notice, and each delivered as a complete end-to-end managed service, including people operations, systems and maintenance. This contract award notice is for Road User Charging Services (Package A) as part of the overall free-flow charging service solution, and comprises of vehicle identification, account management, payment processing, and customer services. The other proposed elements of the free-flow charging solution are UK Enforcement Services (Package B) and Non-UK Enforcement Services (Package C). Packages B and C are subject to separate contract award notices and separate procurement exercises. The Road User Charging Services contract consists of the following services: a) implementation of a new solution and transition of existing data within 18 months of the contract commencement date; b) provision and operation of roadside equipment (e.g. ANPR, DSRC) to enable detection and identification of vehicles, including enabling utilities and interfaces to third party systems (e.g. DVLA); c) matching of validated vehicle passage records to payments or exemption lists, and (where applicable) identification of contravention candidates; d) processing of payments; e) provision of account (e.g. standard, business, local resident, exempt) and non-account functionality to enable customers to pay the road user charge; f) provision of a suite of contact channels; g) provision of a customer support offering for managing communications (e.g. enquiries, complaints, Freedom of Information requests, subject access requests); h) provision of financial reconciliation, banking, a payment gateway, and accounting services related to the road user charging scheme; i) provision of management information; j) provision of lifecycle IT service management; k) provision of optional services which are capable of being enacted at a future date, including: - implementation of the Road User Charging Services solution at Lower Thames Crossing; - integration of the Road User Charging Services solution with other road user charging schemes (e.g. EETS); - identification of persistent contravention candidates; - capability to implement new road user charging models (e.g. dynamic charging, time of day charging, surcharge period); - integration of the Road User Charging Services solution with connected and autonomous vehicles, and Mobility-as-a-Service technologies.",
"awardCriteria": {
"criteria": [
{
"name": "Quality of the solution for meeting the Implementation Services requirements",
"type": "quality",
"description": "15%"
},
{
"name": "Quality of the solution for meeting the Charging Services requirements",
"type": "quality",
"description": "25%"
},
{
"name": "Quality of the solution for meeting the Management Services requirements and Security Management requirements",
"type": "quality",
"description": "15%"
},
{
"name": "Quality of the solution for meeting the Optional Services requirements",
"type": "quality",
"description": "7.5%"
},
{
"name": "Quality of the personnel",
"type": "quality",
"description": "7.5%"
},
{
"name": "Price",
"type": "cost",
"description": "30%"
}
]
},
"hasOptions": true,
"options": {
"description": "Highways England makes no commitment as to the extent to which the optional services described in II.2.4 and the contract will be enacted (if at all) or that any other bodies will utilise such arrangements and reserves the right to procure these services through a route other than the contract which is the subject of this contract award notice. This contract shall allow for provision of licences of the software used in the delivery of this contract for use on alternative road user charging schemes by any other central government or local government body in the UK or any other organisation which is a highway authority under the Highways Act 1980 (\"Other Contracting Authorities\"). Services associated with use of the software would be separately procured by the Other Contracting Authorities."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32234000",
"description": "Closed-circuit television cameras"
},
{
"scheme": "CPV",
"id": "32500000",
"description": "Telecommunications equipment and supplies"
},
{
"scheme": "CPV",
"id": "34927000",
"description": "Toll equipment"
},
{
"scheme": "CPV",
"id": "34970000",
"description": "Traffic-monitoring equipment"
},
{
"scheme": "CPV",
"id": "34980000",
"description": "Transport tickets"
},
{
"scheme": "CPV",
"id": "45316210",
"description": "Installation of traffic monitoring equipment"
},
{
"scheme": "CPV",
"id": "63712210",
"description": "Highway toll services"
},
{
"scheme": "CPV",
"id": "63712311",
"description": "Bridge toll services"
},
{
"scheme": "CPV",
"id": "63712321",
"description": "Tunnel toll services"
},
{
"scheme": "CPV",
"id": "63712400",
"description": "Parking services"
},
{
"scheme": "CPV",
"id": "63712700",
"description": "Traffic control services"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72322000",
"description": "Data management services"
},
{
"scheme": "CPV",
"id": "79342300",
"description": "Customer services"
},
{
"scheme": "CPV",
"id": "79940000",
"description": "Collection agency services"
},
{
"scheme": "CPV",
"id": "79941000",
"description": "Toll-collection services"
},
{
"scheme": "CPV",
"id": "98351110",
"description": "Parking enforcement services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"coveredBy": [
"GPA"
]
},
"awards": [
{
"id": "010774-2021-1",
"relatedLots": [
"1"
],
"title": "Free-Flow Charging Package A: Road User Charging Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-16327",
"name": "Conduent Parking Enforcement Solutions Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-16326",
"name": "Department for Transport",
"identifier": {
"legalName": "Department for Transport"
},
"address": {
"streetAddress": "Great Minster House, 33 Horseferry Road",
"locality": "London",
"region": "UKI",
"postalCode": "SW1P 4DR",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Neil Widdop",
"telephone": "+44 3001235000",
"email": "TechnologyProcurement@highwaysengland.co.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"url": "https://highwaysengland.co.uk",
"buyerProfile": "https://highways.bravosolution.co.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-16327",
"name": "Conduent Parking Enforcement Solutions Limited",
"identifier": {
"legalName": "Conduent Parking Enforcement Solutions Limited",
"id": "02840514"
},
"address": {
"streetAddress": "Ground Floor, One George Yard",
"locality": "London",
"region": "UKI",
"postalCode": "EC3V 9DF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "https://transportation.conduent.com/",
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-16326",
"name": "Department for Transport"
},
"contracts": [
{
"id": "010774-2021-1",
"awardID": "010774-2021-1",
"title": "Free-Flow Charging Package A: Road User Charging Services",
"status": "active",
"value": {
"amount": 150000000,
"currency": "GBP"
},
"dateSigned": "2021-04-26T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "2",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:411144-2019:TEXT:EN:HTML"
}
],
"language": "en"
}