Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Highways England
Temple Quay House, 2 The Square, Temple Quay
Bristol
BS1 6HA
UK
Contact person: John Templer
Telephone: +44 7712544206
E-mail: John.Templer@highwaysengland.co.uk
NUTS: UK
Internet address(es)
Main address: https://highwaysengland.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/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
ESDAL 4 — Electronic Service Delivery for Abnormal Indivisible Loads
Reference number: OJEU Document Number 2019/S 220-539803
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
Highways England is the government company charged with operating, maintaining and improving England’s motorways and major A roads. Formerly the Highways Agency, Highways England became a government company in April 2015.
ESDAL (Electronic Service Delivery for Abnormal Loads) is the national service for managing Abnormal Indivisible Loads (AIL) in the UK. The process of managing abnormal loads is delegated by the Secretary of State for Transport to Highways England.
ESDAL provides an online platform for hauliers to provide legally required abnormal indivisible load notifications to the correct authorities and apply for special orders for the heaviest and largest loads. An AIL is one which cannot, without undue expense or risk of damage, be divided or carried by a normal vehicle.
The basic design of ESDAL is unchanged since the first development by Serco in the early 2000’s. The system is in need of major overhaul to retain the confidence of users and to meet changing user needs.
II.1.5) Estimated total value
Value excluding VAT:
4 900 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
60112000
72212100
72212220
72212326
72212610
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Birmingham, UK.
II.2.4) Description of the procurement
What we currently have:
ESDAL is currently provided as a digital application with portals for hauliers, structure/road owners, the police, special order routing tool (SORT — for permits) and the help desk. There is a secure registration process requiring users to have a unique user name and password to log into the system. It is based on an Oracle database and a configured Navteq mapping solution.
What we want from ESDAL 4:
The new ESDAL 4 system will provide:
A modular, open and hosted in the cloud service.
The workflow will be developed on a workflow platform so that workflow configuration is separated from software, thus reducing the IPR held by the supplier.
A new more modern mapping solution will be continuously updated as road layouts change in real time.
Standardised interfaces will enable third party services to be developed as an alternative to enhancing the core ESDAL system. For example, a mobile phone app for making applications or a mobile phone app that will enable police to be informed of abnormal load movements while on patrol.
Other Highways England systems may be able to make use of ESDAL data by the development of open interfaces to ESDAL.
It will meet the requirements of the UK Government Digital Service standard. (https://www.gov.uk/service-manual/service-standard).
The contract is envisaged to be for a 5-year period with the potential to extend on a 1 + 1 year basis. The GBP 4.9 million funding covers the first 5 years.
Development is required specifically to meet the requirements of the UK Government Digital Service standard. (https://www.gov.uk/service-manual/service-standard). Current workflows have potential for efficiency improvements while retaining the safety benefits of strict adherence to UK AIL regulations. (http://www.legislation.gov.uk/uksi/2003/1998/schedule/1/part/1/crossheading/meaning-of-abnormal-indivisible-load/made).
The following non-specified provisions may additionally be taken up by the procuring authority during the lifetime of the contract. These are potential enhancements to ESDAL to keep it up to date with changes in: haulage industry standards, relevant legislation, technical advances e.g. automated and connected vehicles and new functionality to improve system integration.
Highways England seeks applications from potential suppliers with the capacity and capability to provide ESDAL 4. Highways England is interested in applications from companies with a track record of innovation in web-based services. A clear understanding of abnormal loads processes and regulations will be an advantage but is not essential.
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:
4 900 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
12 months + 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Highways England will assess the requests to participate in accordance with the invitation to submit requests to participate in order to conclude a shortlist of selected candidates to invite to submit tenders.
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:
2019/S 220-539803
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/10/2020
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
16/11/2020
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.3) Additional information
Economic operators wishing to participate must register for a free account via the e-sourcing 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 pqq_818 — ESDAL 4 — Electronic Service Delivery for Abnormal Indivisible Loads. 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. Economic operators submit a request to participate at their own risk and expense. 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.
Highways England reserves the right to proceed to the next phases of this procurement exercise in the event that the number of compliant requests to participate received is less than 5, provided Highways England is satisfied that there is sufficient number to ensure genuine competition.
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 days 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 as amended. Any such proceedings must be brought before the High Court of England and Wales.
VI.5) Date of dispatch of this notice
02/09/2020