Award

Free-Flow Charging Package A: Road User Charging Services

DEPARTMENT FOR TRANSPORT

This public procurement record has 1 release in its history.

Award

14 May 2021 at 21:55

Summary of the contracting process

Highways England, the government company responsible for the operation and maintenance of motorways and major roads in England, has awarded a contract for the "Free-Flow Charging Package A: Road User Charging Services." This tender, which falls under the category of highway toll services, is aimed at enhancing the Dartford-Thurrock River Crossing's existing road user charging scheme. The procurement process, classified as a selective method with competitive negotiation, is complete as of 14th May 2021. The contract signed on 26th April 2021 has a total value of £150 million, and the services will be delivered over an extensive strategic road network spanning 4,300 miles across the South East of England.

This tender presents significant opportunities for businesses specialising in road user charging solutions, such as technology providers, payment processing firms, and customer service organisations. Companies that offer advanced vehicle identification systems, telecommunications equipment, or customer management services will be particularly well-placed to compete in this market. The contract stipulates scalability and potential integration with new road charging technologies, making it an attractive prospect for innovative service providers aiming to expand within the public sector.

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

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

CONDUENT PARKING ENFORCEMENT SOLUTIONS

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-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"
}