Contract notice
Section I: Contracting
authority
I.1) Name and addresses
National Highways
09346363
The Cube, 199 Wharfside Street,
Birmingham
B1 1RN
UK
E-mail: james.mayer@nationalhighways.co.uk
NUTS: UK
Internet address(es)
Main address: https://nationalhighways.co.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://nationalhighways.ukp.app.jaggaer.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://nationalhighways.ukp.app.jaggaer.com/
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Transformation Delivery Partnership (TDP)
Reference number: pro_15433
II.1.2) Main CPV code
79411000
II.1.3) Type of contract
Services
II.1.4) Short description
We are looking to appoint a partner to help deliver transformation and change services in National Highways from November 2024 to October 2027, with an option to extend until March 2030. The contract value to October 2027 will be £43m with the potential to increase to £75m if the full extension period is utilised.
II.1.5) Estimated total value
Value excluding VAT:
75 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
England
II.2.4) Description of the procurement
The Transformation Delivery Partnership Contract will provide a centralised vehicle for transformation and change in National Highways that will drive forward a central approach across the whole of National Highways to ensure holistic departmental transformation. The Transformation Delivery Partnership will challenge, advise, and support National Highways as it develops, implements, embeds and realises the benefits of the transformation programme, whilst leaving a sustainable legacy of change and improved capability throughout the company.
The key objective of the transformation programme is the tangible improvement in National Highways’ performance in relation to Six Themes:
1: Integrated and flexible capital delivery
2: Supply chain aligned to new delivery model and NH ambitions
3: Mature asset lifecycle ownership
4: Digitally enabled organisation that delivers on business requirements and customer expectations
5: Proactive control of our network
6: Environmental sustainability deeply embedded in what we do
The transformation programme will be centrally led with the following design principles:
-Led by National Highways employees from across the company, with the Transformation Delivery Partnership supporting the activity
-Overseen by one Transformation Management Office (TMO) coordinating and maintaining the single source of the truth through a single way of working across all themes with a clear governance structure.
-Focussed on truly cross-cutting initiatives that impact across multiple directorates and functional areas of our business
-Building capabilities and ensuring change is fully embedded and sustained becoming business as usual
-A focus on long-term transformation and measurable outcomes rather than short-term cost savings
This transformation programme is a self-financing model, with a focus on delivering efficiency targets in both capital and operational expenditure within the RIS3 settlement. The investment made will be recovered from the value of efficiencies made through delivering the transformation programme within the 5-year period.
Work under the contract will be issued as tasks with defined deliverables and performance measures. Allocation of future tasks will be predicated on continued good performance. Further details are available in the procurement documents.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
75 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
31/10/2024
End:
31/03/2030
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Candidates will be asked three scored questions within the Selection Questionnaire. The five candidates with the highest combined score (that are not otherwise rejected) will be invited to tender. Where multiple candidates share the same fifth place score, we reserve the right to invite more than the maximum 5 candidates to tender.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-033142
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/02/2024
Local time: 11:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
11/03/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 7 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
How to Express Interest in this opportunity:
Register for a free account at https://nationalhighways.ukp.app.jaggaer.com/
The opportunity is now available to access on the system under reference PQQ 42.
Suppliers can designate a super user for the account who will then authorise sub-accounts for any other of their staff members who require access.
Note: we ask suppliers to register one account per organisation. If you have previously had a contract or bid for work with National Highways, your company is likely to have an account already on the system. If in doubt please contact the eSourcing helpdesk via the link above to check if your organisation is already registered.
VI.4) Procedures for review
VI.4.1) Review body
See details at VI.4.3
See details at VI.4.3
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
National Highways will incorporate a minimum 10 calendar day standstill period at the point information on award of the contract is communicated to candidates. Appeals must be lodged in accordance with the Public Contracts Regulations (SI 2015 No. 102) as amended.
VI.5) Date of dispatch of this notice
02/01/2024