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

Transformation Delivery Partnership (TDP)

  • First published: 03 January 2024
  • Last modified: 03 January 2024

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:
ocds-h6vhtk-0416fe
Published by:
National Highways
Authority ID:
AA81279
Publication date:
03 January 2024
Deadline date:
05 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
79411000 General management consultancy services Business and management consultancy services

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:
james.mayer@nationalhighways.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.