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

Area 3 Asset Delivery Maintenance and Response (M&R) Contract

  • First published: 23 October 2020
  • Last modified: 23 October 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:
23 October 2020
Deadline date:
22 December 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The successful tenderer will be required to provide all cyclical and reactive maintenance, incident response, defect rectification (when instructed by Highways England) and severe weather delivery on the all-purpose trunk roads and motorways within Hampshire, Surrey, Berkshire, Oxfordshire, Dorset, Wiltshire and part of Buckinghamshire, not including the M25, (Highways England South-East Region Area 3), in accordance to Highways England standards and objectives. Duties will include maintenance of roadside technology, the provision of traffic management for the contractor's maintenance and incident response activities (including traffic management for others) where instructed by Highways England, and the maintenance of depots. Under the Construction (Design and Management) Regulations 2015 the contractor will be principal contractor for all work they undertake and where/if instructed otherwise by Highways England.

Highways England may consider amending the duties listed above as appropriate during the contract period.

The service period for the maintenance and response contract is for a duration of 8 years, and the successful provider will be expected to operate collaboratively with other service providers and stakeholders in order to achieve Highways England’s objectives.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Highways England

Bridge House, 1 Walnut Tree Close

Guildford

GU1 4LZ

UK

Contact person: Alex Buchanan

Telephone: +44 7784004631

E-mail: Area3M&RProcurement@highwaysengland.co.uk

NUTS: UK

Internet address(es)

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

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://highways.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://highways.bravosolution.co.uk/web/login.shtml


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

Area 3 Asset Delivery Maintenance and Response (M&R) Contract

II.1.2) Main CPV code

45233139

 

II.1.3) Type of contract

Works

II.1.4) Short description

Highways England is looking for a suitable contractor to provide and undertake all cyclical and routine maintenance, incident response, defect rectification and severe weather delivery on the all-purpose trunk roads and motorways within Hampshire, Surrey, Berkshire, Oxfordshire, Wiltshire and part of Buckinghamshire, not including the M25, (Highways England Area 3). Duties will also include maintenance of roadside technology, the provision of traffic management for the contractor's maintenance and incident response activities (including traffic management for others), where instructed by Highways England and the maintenance of depots. Under the Construction (Design and Management) Regulations 2015 the contractor will be principal contractor for all work they undertake and where/if instructed otherwise by Highways England.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

34923000

34993100

45221248

45233130

45233140

45233141

45233210

45310000

45316200

50230000

50800000

63712300

63712320

71300000

II.2.3) Place of performance

NUTS code:

UKJ

UKJ1

UKJ25

UKJ35

UKJ36

UKJ37


Main site or place of performance:

Hampshire, Surrey, Berkshire, Oxfordshire, Dorset, Wilshire and part of Buckinghamshire (Highways England South East Region Area 3).

II.2.4) Description of the procurement

The successful tenderer will be required to provide all cyclical and reactive maintenance, incident response, defect rectification (when instructed by Highways England) and severe weather delivery on the all-purpose trunk roads and motorways within Hampshire, Surrey, Berkshire, Oxfordshire, Dorset, Wiltshire and part of Buckinghamshire, not including the M25, (Highways England South-East Region Area 3), in accordance to Highways England standards and objectives. Duties will include maintenance of roadside technology, the provision of traffic management for the contractor's maintenance and incident response activities (including traffic management for others) where instructed by Highways England, and the maintenance of depots. Under the Construction (Design and Management) Regulations 2015 the contractor will be principal contractor for all work they undertake and where/if instructed otherwise by Highways England.

Highways England may consider amending the duties listed above as appropriate during the contract period.

The service period for the maintenance and response contract is for a duration of 8 years, and the successful provider will be expected to operate collaboratively with other service providers and stakeholders in order to achieve Highways England’s objectives.

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: 96

This contract is subject to renewal: No

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

II.2.14) Additional information

The contract value is estimated to be between GBP 150 000 000 and 190 000 000.

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:

A parent company guarantee or equivalent form of security may be required at any time during the term of the contract. This may include where the financial standing of the applicant does not meet the required level as stated in the selection questionnaire. Further information will be set out in the selection questionnaire and accompanying guidance.

Applicant companies are asked to note that Highways England may decline to award the contract to the highest scoring bidder where it is already the contractor for a certain number of existing maintenance and response and asset support contracts. This is to maintain the resilience of the Highways England network. Contract award opportunities for applicant companies may therefore be prohibited on this basis. Full details of the network resilience test are provided within the Instruction for Tenderers (IfT) document.

Contract dates stated are indicative and may be subject to change.

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.2.2) Contract performance conditions

A parent company guarantee or equivalent form of security may be required at any time during the term of the contract. This may include where the financial standing of the applicant does not meet the required level as stated in the selection questionnaire. Further in formation will be set out in the selection questionnaire and accompanying guidance.

Applicant companies are asked to note that Highways England may decline to award the contract to the highest scoring bidder where it is already the contractor for a certain number of existing maintenance and response and asset support contracts. This is to maintain the resilience of the Highways England network. Contract award opportunities for applicant companies may therefore be prohibited on this basis. Full details of the network resilience test are provided within the Instructions for Tenderers (IfT) document.

Parent company guarantee or equivalent form of security may be required at any time during the term of 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:

2020/S 154-378163

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

Date: 22/12/2020

Local time: 12:00

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: 8 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 22/12/2020

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The contracting authority intends to use an eTendering system in this procurement exercise. Suppliers instructions on How to take part in this Tender:

1) Register for a free account at https://highways.bravosolution.co.uk

2) Click the ‘ITTs Open To All Suppliers’ link. (These are Invitations to Tender (ITT) open to any registered supplier). Click on the relevant ITT to access the content. Click the ‘Express Interest’ button at the top of the page. This will move the ITT into your ‘My ITTs’ page. (This is a secure area reserved for your projects only). You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘ITT Details’ box.

3) Click ‘My Response’ under ‘ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining). You can now use the ‘Messages’ function to communicate with Highways England and seek any clarification. Follow the onscreen instructions to complete the ITT. There may be a mixture of online and offline actions for you to perform. You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

The successful tenderer will be required to sign the Highways England Fair Payment Charter as a condition of acceptance of their tender.

As a supplier/organisation looking to bid for public sector contracts you should be aware that tender documentation for contracts over GBP 10 000 will be published on a single website and made available to the public. You should also be aware that if your bid is successful the resulting contract will be published. In some circumstances, limited redactions will be made to tender documentation and/or contracts before they are published in order to comply with existing law, to protect commercial interests and for the protection of national security. Highways England are committed to ensuring public sector procurement is used, where possible, to promote skills training and open up apprenticeship opportunities on public sector projects and programmes.

The successful contractor will be appointed to fulfil the duties of principal contractor under the Construction (Design and Management) Regulations 2015. For further details please refer to the instructions for tenderers.

VI.4) Procedures for review

VI.4.1) Review body

Highways England Company Ltd

Bridge House, 1 Walnut Tree Close

Guildford

GU1 4LZ

UK

E-mail: Area3M&RProcurement@highwaysengland.co.uk

Internet address(es)

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

VI.5) Date of dispatch of this notice

16/10/2020

Coding

Commodity categories

ID Title Parent category
63712300 Bridge and tunnel operation services Support services for road transport
45233130 Construction work for highways Construction, foundation and surface works for highways, roads
45310000 Electrical installation work Building installation work
71300000 Engineering services Architectural, construction, engineering and inspection services
45233139 Highway maintenance work Construction, foundation and surface works for highways, roads
45316200 Installation of signalling equipment Installation work of illumination and signalling systems
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
50230000 Repair, maintenance and associated services related to roads and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
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
45233210 Surface work for highways Construction, foundation and surface works for highways, roads
34993100 Tunnel lighting Road lights
45221248 Tunnel linings construction work Construction work for bridges and tunnels, shafts and subways
63712320 Tunnel operation 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:
Area3M&RProcurement@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.