Section one: Contracting authority
one.1) Name and addresses
Department for Transport
Great Minster House, 33 Horseferry Road
London
LS11 9AT
Contact
Oliver Whittle
Oliver.Whittle@highwaysengland.co.uk
Telephone
+44 7707296322
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://nationalhighways.co.uk/
Buyer's address
https://highways.bravosolution.co.uk/
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://highways.bravosolution.co.uk/
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
Free-Flow Charging Package C: Non-UK Enforcement Services
Reference number
FFC.C
two.1.2) Main CPV code
- 79941000 - Toll-collection services
two.1.3) Type of contract
Services
two.1.4) Short description
National Highways is the government company charged with operating, maintaining and improving motorways and major (trunk) roads in England. National Highways is procuring (as a procurement agent on behalf of the Secretary of State for Transport, as described in the National Highways framework document Annex C paragraph 2) a second generation free-flow charging service solution for the existing Dartford-Thurrock River Crossing road user charging scheme.
A road user charge has been collected at this crossing since 2003 to manage the high demand for its use. Work is currently underway to transition to the second-generation of free-flow charging.
In support of the above, National Highways is seeking to procure the third element of the second-generation Free-Flow Charging solution - Non-UK Enforcement Services (Package C).
This follows the award of separate contracts in April 2021 for Package A (Road User Charging) and Package B (UK Enforcement Services), and forms a key part of the transition to the second-generation service which will take place in November 2022.
two.1.5) Estimated total value
Value excluding VAT: £8,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34980000 - Transport tickets
- 48000000 - Software package and information systems
- 63712210 - Highway toll services
- 63712311 - Bridge toll services
- 63712321 - Tunnel toll services
- 72000000 - IT services: consulting, software development, Internet and support
- 79342300 - Customer services
- 79940000 - Collection agency services
- 98351110 - Parking enforcement services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
National Highways is the government company charged with operating, maintaining and improving motorways and major (trunk) roads in England. National Highways’ road network totals around 4 300 miles and is commonly known as the strategic road network.
The Dartford-Thurrock River Crossing is a critical part of the strategic road network in the South East of England. It spans the River Thames between Dartford and Thurrock, approximately 16 miles east of central London, and forms a trunk road link (the A282 Trunk Road) that connects the M25 London Orbital motorway either side of the Thames to create a complete strategic road network around London.
National Highways is procuring (as a procurement agent on behalf of the Secretary of State for Transport, as described in the National Highways framework document Annex C paragraph 2) a second generation free-flow charging service solution for the existing Dartford-Thurrock River Crossing road user charging scheme. A road user charge has been collected at this crossing since 2003 to manage the high demand for its use.
National Highways’ second generation free-flow charging service solution will be contracted through 3 main packages, each under a separate contract notice. This contract notice is for Non-UK Enforcement Services (Package C) as part of the overall free-flow charging service solution.
The other proposed elements of the free-flow charging solution are Road User Charging Services (Package A) and UK Enforcement Services (Package B). Package A and B were subject to separate contract notices and separate procurement exercises and contracts were awarded in April 2021.
The contract will cover the management of enforcement activities where the person liable resides outside of the United Kingdom, including penalty charge notice payment processing, website provision and merchant acquirer services.
The Package C contract will deliver the implementation of a new solution and transition of existing data within 7 months of the contract commencement date, anticipated to be April 2022.
Key elements of the service will include the provision of revenue protection services covering the enforcement lifecycle, including:
• handling penalty charge records for contravention candidates and identifying the persons liable,
• issuing and recovering penalty charge notices,
• managing and supporting the full scope of representations and appeals in the enforcement lifecycle, and
• interfacing with debt registration organisations.
The service will also comprise of payment processing, in addition to financial reconciliation, banking, a payment gateway, and accounting services related to the road user charging scheme.
The service will also require the provision of a customer support offering, utilising a suite of contact channels for managing communications (e.g. enquiries, complaints, Freedom of Information requests).
In addition, the service provider will be required to output management information to a new National Highways data platform (currently in development).
two.2.5) Award criteria
Quality criterion - Name: Quality criterion / Weighting: 70%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
43
This contract is subject to renewal
Yes
Description of renewals
The contract will consist of an initial 43-month term, comprising an 7 month mobilisation and implementation period followed by a 36 month initial term. There will also be an option to extend for two additional 12 month periods.
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.1.1) 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.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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: 2021/S 000-018359
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2022
Local time
10:00am
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 February 2022
Local time
10:00am
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
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 'ITTs Open To All Suppliers' link and select the listing under reference number 6477. Economic operators should review the introductory page to the ITT and click 'Express Interest' to continue (this will move the ITT to your 'My ITTs' page, which is a secure area reserved for your projects only). Economic operators can access any attachments by clicking 'Buyer Attachments' in the 'ITT Details' box.
Economic operators can use the 'Messages' function to communicate with National Highways and seek any clarification. To respond to this call for competition, click 'My Response' under 'ITT Details', and select 'Create Response' or to 'Decline to Respond'. 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 National Highways 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 National Highways and any other party.
National Highways 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. National Highways 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.
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 tenderers. Appeals must be lodged in accordance with the Public Contracts Regulations 2015 (SI 2015 No 102) as amended.