Tender

Transformation Delivery Partnership (TDP)

  • National Highways

F02: Contract notice

Notice identifier: 2024/S 000-000054

Procurement identifier (OCID): ocds-h6vhtk-0416fe

Published 2 January 2024, 3:23pm



Section one: Contracting authority

one.1) Name and addresses

National Highways

The Cube, 199 Wharfside Street,

Birmingham

B1 1RN

Email

james.mayer@nationalhighways.co.uk

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

09346363

Internet address(es)

Main address

https://nationalhighways.co.uk/

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://nationalhighways.ukp.app.jaggaer.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Transformation Delivery Partnership (TDP)

Reference number

pro_15433

two.1.2) Main CPV code

  • 79411000 - General management consultancy services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £75,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

England

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £75,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

31 October 2024

End date

31 March 2030

This contract is subject to renewal

No

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

Maximum number: 5

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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-033142

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

Date

5 February 2024

Local time

11:00am

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

11 March 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.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.

six.4) Procedures for review

six.4.1) Review body

See details at VI.4.3

See details at VI.4.3

Country

United Kingdom

six.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.