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