Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

National Highways - Roadside Device Diagnostic Tester (RDDT)

  • First published: 09 December 2021
  • Last modified: 09 December 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
National Highways
Authority ID:
AA81279
Publication date:
09 December 2021
Deadline date:
18 January 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Operational Technology of Message Signs, Signals and MIDAS requires a

tool that will enable us to investigate, demonstrate, test, certify and monitor

the operational performance of these devices. National Highways is looking for

a supplier to work with to develop a new ‘Open Source’ tool which is intended

to operate in the following areas:

• Strategic Road Network (SRN) as a maintenance tool with the Roadside

Technology Maintenance Contractors and commissioning and testing and

commissioning tool with Delivery Partners on Smart Motorway Schemes.

• Technology Operational Centre and Test and Innovation Centre as a test tool

for investigation, analysis, compatibility testing, and performance testing and

trailing technology. Supporting the Traffic Technology Division Operational

Technology Strategy 2016 being consistent in testing and using agreed

standards.

• Third Line Repair Centre as a test tool for performance, acceptance and

certification testing.

• Roadside Technology Supplier development tool to enable investigation,

acceptance testing, demonstrations, investigation and certification of

operational technology.

• Remote Monitoring by data exchange from both RMAS and the RTS enabling

system efficiencies and open working.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

National Highways

2 The Square, Temple Quay Hose

Bristol

BS1 6HA

UK

E-mail: Lee.Bryant@highwaysengland.co.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/highways-england

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://highways.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://highways.bravosolution.co.uk


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

National Highways - Roadside Device Diagnostic Tester (RDDT)

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The existing engineer terminal or tester devices for Signals, Signs and MIDAS and Roadside Device Simulators are no longer currently supportable due to technology advances and migrations. The purpose of this requirement is to procure a Roadside device tester and simulator that operates with roadside operational technology equipment in current, legacy and future technology assets.

II.1.5) Estimated total value

Value excluding VAT: 700 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72222300

72226000

72254100

72267100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Operational Technology of Message Signs, Signals and MIDAS requires a

tool that will enable us to investigate, demonstrate, test, certify and monitor

the operational performance of these devices. National Highways is looking for

a supplier to work with to develop a new ‘Open Source’ tool which is intended

to operate in the following areas:

• Strategic Road Network (SRN) as a maintenance tool with the Roadside

Technology Maintenance Contractors and commissioning and testing and

commissioning tool with Delivery Partners on Smart Motorway Schemes.

• Technology Operational Centre and Test and Innovation Centre as a test tool

for investigation, analysis, compatibility testing, and performance testing and

trailing technology. Supporting the Traffic Technology Division Operational

Technology Strategy 2016 being consistent in testing and using agreed

standards.

• Third Line Repair Centre as a test tool for performance, acceptance and

certification testing.

• Roadside Technology Supplier development tool to enable investigation,

acceptance testing, demonstrations, investigation and certification of

operational technology.

• Remote Monitoring by data exchange from both RMAS and the RTS enabling

system efficiencies and open working.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

A future contract will be tendered for ongoing operation/running

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.1.8) 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:

2021/S 000-022602

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 18/01/2022

Local time: 23:59

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 19/01/2022

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The contract is for three years from development and delivery within three months of contract award to full operation. After the three-year development contract the RDDT requires a support service contract to continue for the remaining product life cycle. Therefore, this requirement needs to be Open Source, so any replacement contract can be openly and fairly tendered.

To support Economic operators, there is an opportunity to attend a 'Supplier Briefing Event' on Wednesday 15th December remotely via a Microsoft Teams Meeting.

Economic operators that wish to attend the event can register by competing the event registration form on Bravo and submitting the form via the Bravo ITT message function by 14:00 on Tuesday 14th December 2021. A maximum of 2 delegates per Economic operator. Please give the full details of delegates who will be attending. The Supplier Briefing Event will be recorded and uploaded to Bravo along with a copy of the slides after the event. Any questions asked on the call will be documented and answered in the official written Q&A log and also shared after the event via Bravo. Note the Contracting Authority intends to use the eTendering system Bravoi n this procurement. You will need to register your company on Bravo (this is only required once). Contract dates stated are indicative, and may be subject to change.

To access the procurement documents, economic operators should register for a free eSourcing account at https://highways.bravosolution.co.uk. This contract notice (and the associated procurement documents) are published in good faith. No warranty is given as to the accuracy or completeness of the information contained in it. Any liability for inaccuracy or incompleteness is expressly disclaimed by National Highways and its advisors. Economic operators are advised to satisfy themselves that they understand all the requirements of the contract and procurement exercise before submitting their request to participate. Nothing in this contract notice (and the associated procurement documents) will be taken as constituting an offer (whether implied or otherwise), or any agreement, whether express or implied between National Highways and any other party. National Highways reserves the right to cancel, amend or vary the procurement exercise at any point prior to the award of the contract (whole or in part) and with no liability on its part. National Highways and/or its advisors are not liable for any costs resulting from any amendment or cancellation of this procurement exercise nor any other costs, charges, fees, expenses, claims or disbursements (howsoever arising and including third party costs) incurred by those economic operators submitting a request to participate for this contract. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of the candidate and at their own risk and expense.

VI.4) Procedures for review

VI.4.1) Review body

National Highways

Bristol

UK

VI.5) Date of dispatch of this notice

08/12/2021

Coding

Commodity categories

ID Title Parent category
72222300 Information technology services Information systems or technology strategic review and planning services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72267100 Maintenance of information technology software Software maintenance and repair services
72226000 System software acceptance testing consultancy services Systems and technical consultancy services
72254100 Systems testing services Software testing

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Lee.Bryant@highwaysengland.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.