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 Award Notice

Specialist Professional and Technical Service 3 (SPaTS3)

  • First published: 01 July 2025
  • Last modified: 01 July 2025
  • Record interest

     

  • 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:
ocds-h6vhtk-04967c
Published by:
National Highways
Authority ID:
AA81279
Publication date:
01 July 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

National Highways is the government company responsible for maintaining and operating the major road network in England. An opportunity has been published to potential suppliers and 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. 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 in the additional information.

Further details of the requirements of the topic areas and the processes to award work are included in the tender documents.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

National Highways

09346363

Bridge House, Walnut Tree Close

Guilford

GU1 4LZ

UK

Telephone: +44 3001235000

E-mail: spats3@nationalhighways.co.uk

NUTS: UK

Internet address(es)

Main address: www.nationalhighways.co.uk

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)

II.1.2) Main CPV code

73220000

 

II.1.3) Type of contract

Services

II.1.4) Short description

National Highways is the government company responsible for maintaining and operating the major road network in England. An opportunity has been published to potential suppliers and 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. 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 in the additional information.

Further details of the requirements of the topic areas and the processes to award work are included in the tender documents.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 495 000 000.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Framework to deliver specialist professional and technical support.

II.2.5) Award criteria

Quality criterion: Health, Safety and Well Being (HS&W) / Weighting: 10.5%

Quality criterion: Technical Capability / Weighting: 14%

Quality criterion: Technical Capacity / Weighting: 10.5%

Quality criterion: Framework Management & Delivery / Weighting: 21%

Quality criterion: Support for Small Medium Enterprises (SMEs) / Weighting: 14%

Quality criterion: Social Value - Tackling economic inequality and creating equal opportunities / Weighting: 10%

Price / Weighting:  20%

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 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

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:

2024/S 000-027647

Section V: Award of contract

Contract No: con_30172

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/06/2025

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

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

V.2.3) Name and address of the contractor

Jacobs U.K. Limited.

Cottons Centre, Cottons Lane

London

SE1 2QG

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 41 250 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: con_30171

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/06/2025

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

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

V.2.3) Name and address of the contractor

Costain Limited

00610201

Costain Limited, Seventh Floor, 70 St Mary Axe

London

EC3A 8BE

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 82 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: con_30170

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/06/2025

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

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

V.2.3) Name and address of the contractor

AtkinsRéalis UK Limited

00688424

Woodcote Grove, Ashley Road

Epsom

KT18 5BW

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 41 250 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: con_30169

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/06/2025

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

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

V.2.3) Name and address of the contractor

WSP UK Limited

01383511

WSP House, 70 Chancery Lane

London

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 82 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: con_30168

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/06/2025

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

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

V.2.3) Name and address of the contractor

Arcadis Consulting (UK) Limited

02212959

80 Fenchurch Street

London

EC3N 2ER

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 82 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: con_30167

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/06/2025

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

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

V.2.3) Name and address of the contractor

Ove Arup & Partners Limited

1312453

8 Fitzroy Street

London

W1T 4BJ

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 82 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: con_30166

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/06/2025

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

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

V.2.3) Name and address of the contractor

Amey OW Limited

01922327

3rd Floor, Chancery Exchange, 10 Furnival Street

London

EC4A 1AB

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 82 500 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

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 incorporated a minimum 10 calendar day standstill period at the point information on award of the contract was 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

25/06/2025

Coding

Commodity categories

ID Title Parent category
73220000 Development consultancy services Research and development 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:
spats3@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.