Notice Information
Notice Title
National Transport Analysis Platform
Notice Description
The DfT requires an analytical platform that is robust, scalable, distributed, combining methods across analytical disciplines to produce analysis for national transport policies. This requires an end-to-end solution from transport modelling through appraisal analysis to visualisation of results. The scale and expectations of the use of analysis in policy making has increased significantly and we are looking for a system to help us meet that analytical need. While remaining with the same staffing levels. Current situation The national transport model has around 7,100 zones, 136,000 links, 46,000 nodes, 5 assigned user classes, 3 time periods, route choice for the assigned demand segments (apart from buses that are a pre-load). In the demand model there are 8 Journey Purposes, mode choice for 6 modes, and destination choice. Typically to use the national transport model takes around 5 working days. 1 day to setup and quality assure the inputs and assumptions, half a day to setup and run the LGV model and the freight model, 11-12 hours to run a forecast year through both VDM and highway assignment, anything from half a day to 2 days to check the model results, and then a similar amount of time to generate presentation quality visualisations. All these stages have significant amounts of manual quality assurance, and manual data handling, with the exception of validating the approach and the setup data, all the internal manual handling and QA are in scope for being removed with as many modules running in parallel as possible.
Planning Information
Stage 1 – Capability Assessment following the shortlisting of suppliers by TASM to identify suppliers that can meet their requirements. Suppliers must be able to answer yes to all the capability assessment questions to become shortlisted for stage 2. A collaborative approach should be demonstrated which allows for requirements to be altered based on needs and risks which we expect to evolve through the discovery, proof of concept and pilot stages. This allows for joint problem solving with prospective suppliers encouraging the latest industry best practices including use of technology. Stage 2 – Suppliers who meet all the criteria will be invited to a supplier day to present their capability. Stage 3 –If you meet the customer’s criteria for being invited, your presentation will be evaluated against the published capability assessment criteria and the successful bidder(s) will be notified. If the Department is satisfied your tool meets our requirements you will be invited to tender for the opportunity. Scalable national transport analysis platform Procurement Timetable The timetable below is indicative and may change if necessary. Suppliers will be informed of any changes promptly. Publish Capability Assessment (CA) 21 March 2025 CA Clarification period open 21 March 2025 CA Clarification period closes 28 March 2025 @ 13:00 CA Clarification response published 31 March 2025 @ 17:00 CA Submission deadline 1 April 2025 @ 16:00 Review CA’s 4 April – 10 April 2025 Supplier Event preparation 11 April – 17 April 2025 Supplier Day (to include demos) 21 – 22 April 2025 ITT Preparation 23 April – 29 April 2025 ITT Publication 1 May 2025 ITT Clarification period opens 1 May 2025 ITT Clarification period closes 14 May 2025 ITT Clarification responses published 19 May 2025 ITT Submission deadline 28 May 2025 Evaluation / Moderation 2 - 6 June 2025 Intention to Award 9 June 2025 Alcatel period 10 June – 20 June 2025 Contract Award 23 June 2025 Draft Contract documentation 25 June 2025 Indicative Contract Phases Start of Contract 2 July 2025 Inception meeting – London 2 July 2025 Discovery phase ends 18 July 2015 Proof of concept phase ends 10 October 2025 Pilot stage ends 16 January 2026
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04f797
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010915-2025
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK2 - Preliminary Market Engagement Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72212460 - Analytical, scientific, mathematical or forecasting software development services
Notice Value(s)
- Tender Value
- £400,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 Mar 202511 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 1 May 2025Expired
- Award Date
- Not specified
- Contract Period
- 1 Jul 2025 - 1 Jul 2026 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planning
- Lots Status
- Planning
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR TRANSPORT
- Contact Name
- Jason Thrupp
- Contact Email
- jason.thrupp@dft.gov.uk
- Contact Phone
- +447483980296
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
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/010915-2025
24th March 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/010768-2025
21st March 2025 - Preliminary market engagement notice on Find a Tender
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-04f797-2025-03-24T13:54:51Z",
"date": "2025-03-24T13:54:51Z",
"ocid": "ocds-h6vhtk-04f797",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PLTC-5358-LTWZ",
"name": "Department for Transport",
"identifier": {
"scheme": "GB-PPON",
"id": "PLTC-5358-LTWZ"
},
"address": {
"streetAddress": "Great Minster House, 33 Horseferry Road",
"locality": "London",
"postalCode": "SW1P 4DR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"name": "Jason Thrupp",
"email": "jason.thrupp@dft.gov.uk",
"telephone": "+447483980296"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PLTC-5358-LTWZ",
"name": "Department for Transport"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Stage 1 - Capability Assessment following the shortlisting of suppliers by TASM to identify suppliers that can meet their requirements. Suppliers must be able to answer yes to all the capability assessment questions to become shortlisted for stage 2. A collaborative approach should be demonstrated which allows for requirements to be altered based on needs and risks which we expect to evolve through the discovery, proof of concept and pilot stages. This allows for joint problem solving with prospective suppliers encouraging the latest industry best practices including use of technology. Stage 2 - Suppliers who meet all the criteria will be invited to a supplier day to present their capability. Stage 3 -If you meet the customer's criteria for being invited, your presentation will be evaluated against the published capability assessment criteria and the successful bidder(s) will be notified. If the Department is satisfied your tool meets our requirements you will be invited to tender for the opportunity. Scalable national transport analysis platform Procurement Timetable The timetable below is indicative and may change if necessary. Suppliers will be informed of any changes promptly. Publish Capability Assessment (CA) 21 March 2025 CA Clarification period open 21 March 2025 CA Clarification period closes 28 March 2025 @ 13:00 CA Clarification response published 31 March 2025 @ 17:00 CA Submission deadline 1 April 2025 @ 16:00 Review CA's 4 April - 10 April 2025 Supplier Event preparation 11 April - 17 April 2025 Supplier Day (to include demos) 21 - 22 April 2025 ITT Preparation 23 April - 29 April 2025 ITT Publication 1 May 2025 ITT Clarification period opens 1 May 2025 ITT Clarification period closes 14 May 2025 ITT Clarification responses published 19 May 2025 ITT Submission deadline 28 May 2025 Evaluation / Moderation 2 - 6 June 2025 Intention to Award 9 June 2025 Alcatel period 10 June - 20 June 2025 Contract Award 23 June 2025 Draft Contract documentation 25 June 2025 Indicative Contract Phases Start of Contract 2 July 2025 Inception meeting - London 2 July 2025 Discovery phase ends 18 July 2015 Proof of concept phase ends 10 October 2025 Pilot stage ends 16 January 2026",
"dueDate": "2025-04-01T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "010768-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/010768-2025",
"datePublished": "2025-03-21T16:14:11Z",
"format": "text/html"
},
{
"id": "010915-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/010915-2025",
"datePublished": "2025-03-24T13:54:51Z",
"format": "text/html"
}
]
},
"tender": {
"id": "TBC",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "National Transport Analysis Platform",
"description": "The DfT requires an analytical platform that is robust, scalable, distributed, combining methods across analytical disciplines to produce analysis for national transport policies. This requires an end-to-end solution from transport modelling through appraisal analysis to visualisation of results. The scale and expectations of the use of analysis in policy making has increased significantly and we are looking for a system to help us meet that analytical need. While remaining with the same staffing levels. Current situation The national transport model has around 7,100 zones, 136,000 links, 46,000 nodes, 5 assigned user classes, 3 time periods, route choice for the assigned demand segments (apart from buses that are a pre-load). In the demand model there are 8 Journey Purposes, mode choice for 6 modes, and destination choice. Typically to use the national transport model takes around 5 working days. 1 day to setup and quality assure the inputs and assumptions, half a day to setup and run the LGV model and the freight model, 11-12 hours to run a forecast year through both VDM and highway assignment, anything from half a day to 2 days to check the model results, and then a similar amount of time to generate presentation quality visualisations. All these stages have significant amounts of manual quality assurance, and manual data handling, with the exception of validating the approach and the setup data, all the internal manual handling and QA are in scope for being removed with as many modules running in parallel as possible.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72212460",
"description": "Analytical, scientific, mathematical or forecasting software development services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 480000,
"amount": 400000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-07-02T00:00:00+01:00",
"endDate": "2026-07-01T23:59:59+01:00",
"maxExtentDate": "2026-12-01T23:59:59+00:00"
},
"hasRenewal": true,
"status": "planning"
}
],
"communication": {
"futureNoticeDate": "2025-05-01T23:59:59+01:00"
},
"status": "planning"
},
"language": "en"
}