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 Traffic Information Service (NTIS) 2021+

  • First published: 27 May 2020
  • Last modified: 27 May 2020

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:
27 May 2020
Deadline date:
23 June 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The new National Traffic Information Service will:

(a) collect, process, validate and analyse traffic data and traffic event information from multiple data sources including third party in-vehicle data and over 10 000 roadside sensors;

(b) collate and disseminate traffic information and travel advice to Highways England’s customers on Highways England’s roadside variable message signs; the service’s websites (www.trafficengland.com and https://m.highwaysengland.co.uk) and mobile telephone applications; and data feed application programming interfaces (APIs);

(c) collect historic traffic data for use in strategic road network planning and the design of road improvement schemes;

(d) help Highways England’s Regional Operations Centres (ROCs); National Network Managers and National Incident Liaison Officers; and Customer Contact Centre (CCC) to understand and mitigate the impacts of planned and unplanned traffic events on the NTIS network; and

(e) help Highways England to meet its ‘improving safety for all,’ ‘fast and reliable journeys,’ ‘meeting the needs of all users’ and environmental performance outcomes; measure the associated performance indicators; and meet its licence obligation to provide traffic information to its customers. These outcomes are further described in the procurement documents.

The key services in the contract for the new National Traffic Information Service include:

(a) managing the transition from the current National Traffic Information Service to the new National Traffic Information Service contract over a period of up to four and a half months;

(b) operating the transitioned service for up to two years whilst completing a transformation of the service in line with the contract requirements (the transformation can be on an incremental basis);

(c) operating the transformed service for the remainder of the contract period; and

(d) subject to the agreement of changes with Highways England, making further incremental improvements to the transformed service to accommodate continual improvement, innovation proposals and evolving customer needs.

The initial contract duration will be 5 years, inclusive of transition, with Highways England having the option to extend the contract by an aggregate duration of up to an additional 2 years

The selected service provider’s transition and transformation of the National Traffic Information Service will deliver outcomes including:

(a) Highways England’s home safe and well vision enacted in the provision of the service;

(b) a smooth transition between the current NTIS contract and the new NTIS contract, with no disruption to delivery of the service outputs that Highways England’s customers rely upon;

(c) for both the transitioned and transformed service, improved collaboration and more efficient communications with the Highways England teams in the National Traffic Information Centre (NTIC) in Quinton, Birmingham, and in Regional Operations Centres (ROCs);

(d) a smooth cut-over (or cut-overs in the event of an incremental transformation) between the transitioned services and the transformed services being delivered during the new contract, with no disruption to delivery of the outputs that Highways England’s customers rely upon;

(e) from transformation:

(i) improved availability and reliability of traffic data and information for Highways England’s customers and internal business functions; and

(ii) an adaptable and scalable IT system that will enable Highways England to meet its evolving traffic information needs and makes best use of automation to streamline the need for manual intervention; and

(f) removal of under-used traffic data sources, including automatic number plate recognition (ANPR), and under-used output channels such as event emails.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Highways England

Temple Quay House, 2 The Square

Bristol

BS1 6HA

UK

Contact person: Lee Bryant

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

NUTS: UK

Internet address(es)

Main address: https://highwaysengland.co.uk

Address of the buyer profile: https://highways.bravosolution.co.uk

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 Traffic Information Service (NTIS) 2021+

II.1.2) Main CPV code

64216200

 

II.1.3) Type of contract

Services

II.1.4) Short description

The National Traffic Information Service collects, processes and disseminates real-time traffic data and information relating to the 4 300 miles of strategic road network for which Highways England is responsible. The National Traffic Information Service provides information 24 hours per day, 7 days per week, 365 days a year to help Highways England’s customers plan their journeys and avoid delays, and to help our operations teams understand and mitigate the impacts of planned and unplanned traffic events on the strategic road network. Historic data recorded by the National Traffic Information Service is used to help plan and evaluate development of the strategic road network.

II.1.5) Estimated total value

Value excluding VAT: 62 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

35721000

48627000

63712700

63712710

64216200

72212670

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The new National Traffic Information Service will:

(a) collect, process, validate and analyse traffic data and traffic event information from multiple data sources including third party in-vehicle data and over 10 000 roadside sensors;

(b) collate and disseminate traffic information and travel advice to Highways England’s customers on Highways England’s roadside variable message signs; the service’s websites (www.trafficengland.com and https://m.highwaysengland.co.uk) and mobile telephone applications; and data feed application programming interfaces (APIs);

(c) collect historic traffic data for use in strategic road network planning and the design of road improvement schemes;

(d) help Highways England’s Regional Operations Centres (ROCs); National Network Managers and National Incident Liaison Officers; and Customer Contact Centre (CCC) to understand and mitigate the impacts of planned and unplanned traffic events on the NTIS network; and

(e) help Highways England to meet its ‘improving safety for all,’ ‘fast and reliable journeys,’ ‘meeting the needs of all users’ and environmental performance outcomes; measure the associated performance indicators; and meet its licence obligation to provide traffic information to its customers. These outcomes are further described in the procurement documents.

The key services in the contract for the new National Traffic Information Service include:

(a) managing the transition from the current National Traffic Information Service to the new National Traffic Information Service contract over a period of up to four and a half months;

(b) operating the transitioned service for up to two years whilst completing a transformation of the service in line with the contract requirements (the transformation can be on an incremental basis);

(c) operating the transformed service for the remainder of the contract period; and

(d) subject to the agreement of changes with Highways England, making further incremental improvements to the transformed service to accommodate continual improvement, innovation proposals and evolving customer needs.

The initial contract duration will be 5 years, inclusive of transition, with Highways England having the option to extend the contract by an aggregate duration of up to an additional 2 years

The selected service provider’s transition and transformation of the National Traffic Information Service will deliver outcomes including:

(a) Highways England’s home safe and well vision enacted in the provision of the service;

(b) a smooth transition between the current NTIS contract and the new NTIS contract, with no disruption to delivery of the service outputs that Highways England’s customers rely upon;

(c) for both the transitioned and transformed service, improved collaboration and more efficient communications with the Highways England teams in the National Traffic Information Centre (NTIC) in Quinton, Birmingham, and in Regional Operations Centres (ROCs);

(d) a smooth cut-over (or cut-overs in the event of an incremental transformation) between the transitioned services and the transformed services being delivered during the new contract, with no disruption to delivery of the outputs that Highways England’s customers rely upon;

(e) from transformation:

(i) improved availability and reliability of traffic data and information for Highways England’s customers and internal business functions; and

(ii) an adaptable and scalable IT system that will enable Highways England to meet its evolving traffic information needs and makes best use of automation to streamline the need for manual intervention; and

(f) removal of under-used traffic data sources, including automatic number plate recognition (ANPR), and under-used output channels such as event emails.

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: 84

This contract is subject to renewal: Yes

Description of renewals:

The initial contract duration will be 5 years, inclusive of transition, with Highways England having the option to extend the contract by an aggregate duration of up to an additional 2 years (5 + 1 + 1).

II.2.9) Information about the limits on the number of candidates to be invited

Objective criteria for choosing the limited number of candidates:

Highways England will assess the requests to participate in accordance with the Invitation to Submit Request to Participate (ISRP) in order to conclude a shortlist of selected candidates to invite to participate in dialogue.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As stated in the procurement documents.

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

Competitive dialogue

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:

2020/S 036-086334

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

Date: 23/06/2020

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/07/2020

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)

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

The scope of the new National Traffic Information Service contract includes the transition to and continued operation of the majority of the current National Traffic Information Service for a period of up to 2 years from Thursday 27 May 2021 while the selected service provider renews and transforms the underlying information technology (IT) system to provide a modern equivalent that is adaptable and scalable for Highways England’s future traffic information needs. The renewal and transformation can be on an incremental basis over the 2-year period. On completion of transformation, the service provider will operate the transformed service to achieve the required performance levels for the remainder of the contract period. During the contract period, further incremental improvements to the service may be agreed to accommodate continual improvement, innovation proposals and evolving customer needs.

To access the procurement documents, economic operators should register for a free eSourcing account at https://highways.bravosolution.co.uk. Once economic operators have received their log in details, economic operators should log in and click the 'PQQs Open To All Suppliers' link and select the listing under reference number 813. Economic operators should review the introductory page to the PQQ and click ‘Express Interest’ to continue (this will move the PQQ to your 'My PQQs' page, which is a secure area reserved for your projects only). Economic operators can access any attachments by clicking 'Attachments' in the 'PQQ Details' box. Economic operators can use the 'Messages' function to communicate with Highways England and seek any clarification. To respond to this call for competition, click 'My Response' under 'PQQ Details', and select 'Create Response' or to 'Decline to Respond'. All correspondence and requests to participate relating to this procurement must be made through this system. If you require any further assistance, economic operators should contact the eSourcing helpdesk on +44 8000698630 or help@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 Highways England 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 Highways England and any other party. Highways England 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. Highways England 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

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:

Highways England will incorporate a minimum 10 calendar day standstill period at the point information on award of the contract is communicated to tenderers. Appeals must be lodged in accordance with the Public Contracts Regulations 2015 (SI 2015 No 102) as amended. Any such proceedings must be brought before the High Court of England and Wales.

VI.5) Date of dispatch of this notice

22/05/2020

Coding

Commodity categories

ID Title Parent category
64216200 Electronic information services Electronic message and information services
35721000 Electronic intelligence system Intelligence, surveillance, target acquisition and reconnaissance
72212670 Real time operating system software development services Programming services of application software
48627000 Real-time operating system software package Operating systems
63712700 Traffic control services Support services for road transport
63712710 Traffic monitoring services Support services for road transport

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.