Contract notice
Section I: Contracting
authority
I.1) Name and addresses
National Highways
09346363
Bridge House, 1 Walnut Tree Close
Guilford
GU1 4LZ
UK
Contact person: Matthew Diggle
E-mail: spats3@nationalhighways.co.uk
NUTS: UK
Internet address(es)
Main address: www.nationalhighways.co.uk
Address of the buyer profile: https://nationalhighways.ukp.app.jaggaer.com/
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
Specialist Professional and Technical Service 3 (SPaTS3) Framework
II.1.2) Main CPV code
73300000
II.1.3) Type of contract
Services
II.1.4) Short description
Appointed suppliers will provide specialist, professional and technical services across a range of transport related topics.
The framework will be for a duration of 6 years.
II.1.5) Estimated total value
Value excluding VAT:
495 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
73000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
England
II.2.4) Description of the procurement
The scope of works that could be delivered through the SPaTS3 Framework is shown below.
The Suppliers will be expected to provide road transport-related technical consultancy, engineering advice, research and innovation services. The services required come under the following headings:
a) asset operation, maintenance, assurance and performance
b) business support (in key areas of specialist / technical support)
c) communications and data transfer
d) customer insight research, market research and publicity
e) design standards manuals and departures
f) economics, statistics and transport modelling
g) enforcement policy
h) environmental
i) geotechnical engineering
j) Health, Safety & Well being, security, road safety and vehicle restraint
k) highway structures
l) identity & image
m) incident management and traffic officer service
n) intelligent transport
o) management information systems
p) network resilience
q) pavement engineering
r) pilots and trials
s) post implementation evaluation
t) quality management
u) risk and value management
v) road user behaviour
w) strategic transport planning and policy
x) sustainability
y) traffic signals and road lighting
z) transport engineering
There will be a maximum of 6 suppliers appointed to this framework. It is expected that the successful suppliers will utilise a diverse supply chain to provide specialist support in the required areas.
Work under the framework may be awarded following mini-competition, following a single response to a request for expressions of interest or through a direct award to a single supplier.
The main site of performance of the activities is England. However, successful suppliers may be requested to work outside of England in support of the organisations enabled to use this framework, as noted at VI.3.
Further details of the requirements of the topic areas and the processes to award work are provided 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:
495 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 6
Justification for any framework agreement duration exceeding 4 years: A six-year duration is necessary due to the extensive mobilisation period and investment costs required by suppliers to meet all obligations and deliver projects effectively, making a four-year duration insufficient. Additionally, SPaTS3 supports economic, environmental goals, and the government's objectives, including Carbon Net Zero, during Roads Period 3 (RIS3).
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/10/2024
Local time: 12:00
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: 12 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
11/10/2024
Local time: 12:30
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
A six-year duration is necessary due to the extensive mobilisation period and investment costs required by suppliers to meet all obligations and deliver projects effectively, making a four-year duration insufficient. Additionally, SPaTS3 supports economic, environmental goals, and the government's objectives, including Carbon Net Zero, during Roads Period 3 (RIS3).
The Contracting Authority will use an eTendering system in this procurement exercise. Information on how to take part in this Tender is detailed below:
1. Register your company on the eSourcing portal (this is only required once)
Visit - https://nationalhighways.ukp.app.jaggaer.com/ and click the link to register
Accept the terms and conditions and click 'continue' - Enter your business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password.
2. Express an Interest in the tender - Login to the portal - Click the 'PQQ/ITTs Open to All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier).
Click on the relevant PQQ/ITT to access the content (ITT_768 - Specialist Professional and Technical Service 3 (SPaTS3)).
Click the 'Express Interest' button at the top of this page. This will move the PQQ/ITT into your 'My PQQs/My ITT's page. (This is a secure area reserved for your projects only). You can access any attachments by clicking the 'Buyer Attachments' in the 'PQQ/ITT Details box.
3. Responding to the tender - Click 'My Response' under 'PQQ/ITT Details', you can 'Create Response' or 'Decline to Respond' (please give a reason if declining).
You can use the 'Messages' function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ITT.
There may be a mixture of online and offline actions for you to perform (there is detailed online help available). Submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance, please consult online help or contact the eTendering help desk.
You should also be aware that if your bid is successful the resulting contract will be published. In some circumstances, limited redactions will be made to tender documentation and/or contracts before they are published in order to comply with existing law, to protect commercial interests and for the protection of national security.
Further information will be set out in the Tender Documents. Contract dates stated are indicative and may be subject to change.
Expressions of interest must be submitted from the applicants' registered office address. Each member of a Joint Venture (JV) must submit a letter from their own registered office confirming all company names in the proposed JV. Applicants can only participate in one JV.
This framework is enabled for the use of the following UK public sector organisations:
1. National Highways;
2. Department for Transport
Where an enabled organisation transfers some or all of its functions to a successor organisation, following the date of dispatch of this Contract Notice, that successor organisation will also become an enabled organisation.
National Highways reserves the right not to accept the highest scoring, or any, tender. Bidders should note that tenders are submitted at the supplier's own cost and risk. National Highways may cancel the competition or part of it for any reason, and bidders' costs will not be reimbursed. National Highways expressly reserves the right (i) not to award any contract as a result of this tendering exercise commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will National Highways be liable for any costs incurred by candidates.
Further information is provided in the procurement documents.
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 tenderers.
Appeals must be lodged in accordance with the Public Contracts Regulations 2015 (SI 2015 No. 102) as amended.
VI.5) Date of dispatch of this notice
29/08/2024