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.

VEAT

Area 9 Asset Support Contract.

  • First published: 21 February 2017
  • Last modified: 21 February 2017
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

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:
Highways England
Authority ID:
AA38103
Publication date:
21 February 2017
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Duties to include:

Routine and cyclic road and bridge maintenance works, winter maintenance and the delivery of a defined programme of road, structures/bridge and technology schemes (but excluding S278 works unless instructed) in Areas 6, 8 and 9 with values up to 5 000 000 GBP.

Co-location with, facilities for and supervision/management of the HE Regional Technology Maintenance Contractors (RTMC Midlands and East) for Areas 7 and 9, incl. A50/A564 Stoke to Derby DBFO and M6 Toll DBFO and for Areas 6, 8 and small parts of Area 3, incl. A1(M) Alconbury to Peterborough DBFO, M40 DBFO (Junctions 1-Warwickshire).

Duties may include:

Provision of planning advice, design, co-ordination and supervision of maintenance (unlimited by value) and improvement schemes up to the value specified. The management of improvement works above this value if so instructed

Supporting functions in relation to HE DBFO routes (A50/A564 Stoke to Derby DBFO, M6 Toll DBFO, A1(M) and M40) where instructed.

Full notice text

Voluntary ex ante transparency notice

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses

Highways England

The Cube, 199 Wharfside Street

Birmingham

B1 1RN

UK

Contact person: Procurement Delivery Team East, Bedford

E-mail: EastTPO@highwaysengland.co.uk

NUTS: UKH

Internet address(es)

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

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Area 9 Asset Support Contract.

II.1.2) Main CPV code

45233139

 

II.1.3) Type of contract

Works

II.1.4) Short description

Highways England(HE) intends to modify the Area 9 ASC contract to deliver the area 6 and 8 service on an interim basis. The following works and services will be required under the modified Area 9 contract:

The provision of integrated network management, maintenance, improvement activities, incident management, event management and contingency planning on the all-purpose trunk roads and motorways in HE Areas 6, 8 and 9 in accordance with HE's standards and objectives as detailed in the Area 9 contract. The routes comprising the all-purpose trunk road and motorway networks in areas 6, 8 and 9 which will be included under the modified Area 9 contract are described in: https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/585330/s160588_Network_Man.pdf

* Please refer to -* II.2.4) Description of the procurement, for continuation of Short Description content.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 599 200 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

34923000

71322500

71320000

71322000

71300000

45310000

45221100

45316200

45233141

45223200

45233210

45233140

45233130

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All-purpose trunk road and motorway networks in areas 6, 8 and 9 are described in: https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/585330/s160588_Network_Man.pdf

II.2.4) Description of the procurement

Duties to include:

Routine and cyclic road and bridge maintenance works, winter maintenance and the delivery of a defined programme of road, structures/bridge and technology schemes (but excluding S278 works unless instructed) in Areas 6, 8 and 9 with values up to 5 000 000 GBP.

Co-location with, facilities for and supervision/management of the HE Regional Technology Maintenance Contractors (RTMC Midlands and East) for Areas 7 and 9, incl. A50/A564 Stoke to Derby DBFO and M6 Toll DBFO and for Areas 6, 8 and small parts of Area 3, incl. A1(M) Alconbury to Peterborough DBFO, M40 DBFO (Junctions 1-Warwickshire).

Duties may include:

Provision of planning advice, design, co-ordination and supervision of maintenance (unlimited by value) and improvement schemes up to the value specified. The management of improvement works above this value if so instructed

Supporting functions in relation to HE DBFO routes (A50/A564 Stoke to Derby DBFO, M6 Toll DBFO, A1(M) and M40) where instructed.

II.2.5) Award criteria

Criteria below:

Quality criterion: Most economically advantageous tender / Weighting: 50

Price / Weighting:  50

Quality criterion: Most economically advantageous tender / Weighting: 50

Price / Weighting:  50

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

II.2.14) Additional information

The Area 9 contract was awarded on 31 December 2013, following a Restricted Procedure competition under contract notice 2012/S 248-410250. The Area 9 contract was therefore awarded in accordance with the provisions of the Public Contracts Regulations 2006, which incorporated Directive 2004/18/EC into law.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

The procurement falls outside the scope of application of the Directive

Explanation:

The Public Contracts Regulations 2015 (‘PCR 2015’), which implemented into law the provisions of Directive 2014/24/EU provide, inter alia, for the modification of a contract without a new procurement procedure in the circumstances set out in Regulation 72. This notice relates to the modification of the existing Area 9 Asset Support Contract (‘ASC’) on an interim basis, rather than to the establishment of a new contract.

Highways England (HE) considers that the modification to the Area 9 ASC contract to encompass the same routine services in relation to the Area 6 and 8 ASC contracts falls within the provisions of Regulation 72 (1) (c) of the PCR 2015 for the following reasons:

(i) the need for the modification has been brought about by circumstances which a diligent contracting authority could not have foreseen; the current contracts in relation to the Areas 6 and 8 will come to an end on 1 April 2017 (two years before the anticipated expiry). The need to conclude the contracts early could not have been foreseen because:

HE past experience is that its routine maintenance contracts have all run at least to their base term; contrary to HE's previous experience the quality management mechanisms within the contracts did not deliver the required outcomes in this case; a number of circumstances unique to area 6/8 that could not have been foreseen that affected service levels and the ongoing performance of the contracts.

Elements of design and capital works from the Area 6 and Area 8 ASC contracts will be delivered through existing HE frameworks. There are no suitable existing framework agreements to which HE is a party or which it could join that would enable it to deliver the routine services for Area 6 and Area 8 (the ‘area 6/8 service’) from 1 April 2017. These services must continue after 1 April 2017 as such continuity is vital to the protection of road users and to maintaining the overall safety of the network. There can be no gap in service provision because HE must ensure that its statutory obligations continue to be discharged. As the time available does not enable Highways England to effectively implement the new business model for Asset Delivery immediately, HE intends to re-procure the area 6/8 service in line with its established renewal programme so that new arrangements can commence from Spring 2019. Arrangements for market engagement will be confirmed shortly.

Please note Continuation in — VI.4.3.

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:

2012/S 248-410250

Section V: Award of contract/concession

Contract No: 2014/S 006-005947

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

09/01/2014

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Kier Highways Services Ltd

05606089

Tempsford Hall, Sandy

Bedford

SG19 2BD

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the concession and main financing terms (excluding VAT)

Total value of the concession/lot: 719 200 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

WL2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Please note Continuation From — IV.1.1. Explanation.

HE considers that the re-procurement process will take 12-18 months to allow the necessary planning in asset and resource management to take place and to enable new arrangements to be tendered and safely mobilised so as to avoid completing a procurement exercise resulting in mobilisation during the core winter period. In deciding to utilise the Area 9 contract for the area 6/8 service until April 2019, HE has also had regard to the following:

— the minimum period of time during which a new provider could provide an effective value for money service;

— greater certainty for the transferring workforce;

— the need to mobilise a new provider safely in the time available and for HE to comply with its obligations under the CDM Regulations could only be achieved through the use of the existing HE supply-chain using existing systems and resources;

— limited market capacity to tender effectively for a new contract outside the established renewal cycle;

— the need to deliver the necessary planning in asset and resource management to enable a new Asset Delivery approach to be successful from 2019; and

— the need to allow an orderly and safe demobilisation and handover between the outgoing and incoming providers.

(ii) the modification does not alter the overall nature of the contract; Highways England has assessed the proposed modification to the Area 9 contract to include the area 6/8 service and concluded that this does not alter the overall nature of the contract. The nature and scope of the routine maintenance services remains unchanged. As stated in contract notice 2012/S248-410250 the geographical areas and routes covered may change during the currency of the contract and, as provided for in the terms of the Area 9 contract, the Service Manager may instruct changes to the area network. The maintenance specification for the Area 9 ASC contract remains unchanged. The changes to the area 9 contract are limited to those modifications required to introduce the area 6/8 service and to facilitate the management of the modified contract.

An overview of the modifications to the Area 9 contract is as follows: the provision of integrated network management, maintenance, improvement activities, incident management, event management and contingency planning services consistent with those in the Area 9 ASC contract on the trunk road and motorway network in HE area 9 are being extended to include Areas 6 and 8. The core terms of the area 9 contract will continue to apply save for the modifications described above.

(iii) any increase in price does not exceed 50 % of the value of the original contract: The Area 9 contract was awarded on 31.12.2013, following a Restricted Procedure competition for a duration of 5 years with options to extend by up to 3 years. The modification to the Area 9 contract is intended to be an interim arrangement until a full re-procurement can be undertaken and is intended to last until 31.3.2019. The original value of the contract was stated in the award notice to be 599 200 000 GBP. The modification to the Area 9 contract to include the area 6/8 service will amount to up to approximately 120 000 000 until Spring 2019, which does not exceed 50 % of the value of the original contract.

In the interests of transparency, Highways England has opted to publicise its intention to modify the Area 9 contract to deliver the area 6/8 service through this voluntary notice.

VI.5) Date of dispatch of this notice

17/02/2017

Coding

Commodity categories

ID Title Parent category
45221100 Construction work for bridges Construction work for bridges and tunnels, shafts and subways
45233130 Construction work for highways Construction, foundation and surface works for highways, roads
45310000 Electrical installation work Building installation work
71320000 Engineering design services Engineering services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71300000 Engineering services Architectural, construction, engineering and inspection services
71322500 Engineering-design services for traffic installations Engineering design services for the construction of civil engineering works
45233139 Highway maintenance work Construction, foundation and surface works for highways, roads
45316200 Installation of signalling equipment Installation work of illumination and signalling systems
34923000 Road traffic-control equipment Road equipment
45233141 Road-maintenance works Construction, foundation and surface works for highways, roads
45233140 Roadworks Construction, foundation and surface works for highways, roads
45223200 Structural works Structures construction work
45233210 Surface work for highways Construction, foundation and surface works for highways, roads

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:
EastTPO@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.