Section one: Contracting authority
one.1) Name and addresses
Highways England
Bridge House, 1 Walnut Tree Close
Guildford
GU1 4LZ
Contact
David Forde
David.Forde@highwaysengland.co.uk
Telephone
+44 7874883987
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
Geotechnical and Drainage Asset Information Management System (GDMS) Phase 13
two.1.2) Main CPV code
- 72300000 - Data services
two.1.3) Type of contract
Services
two.1.4) Short description
Highways England is the government company charged with operating, maintaining and improving motorways and major (trunk) roads in England.
Civils asset management in Highways England includes drainage and geotechnical information, as well as pavements, structures and technology. Asset data enables Highways England to make informed decisions about the way it operates and maintains the strategic road network. Highways England continuously improves by gaining a better understanding of its assets through an asset delivery programme and investment in its asset management processes and systems. Highways England’s existing geotechnical and drainage asset information management systems (GDMS and Highways Agency Drainage Data Management System (HADDMS) respectively), are Highways England’s prime geotechnical and drainage asset information management systems for inventory and condition data. Management and upgrades to both asset information systems form part of a programme that has been ongoing for approximately twenty years.
The geotechnical asset information system, GDMS, was re-platformed (working with Mott MacDonald and Bentley Systems (formerly Keynetix)) between 2017 and 2020 (“Phase 12”) to mitigate against the risks of software obsolescence and to meet current business needs. As part of the re-platforming, a key business goal was to provide a systems architecture that could facilitate a single, unified platform that catered for management of both geotechnical and drainage assets. Highways England has been granted a license to use and adapt the specially written software and associated documentation. In order to maximise Highways England’s investment to date, Highways England wishes to compete the ongoing support and iteration of this project as part of this procurement exercise.
This project, the GDMS Phase 13 project, shall provide:
a) IT service management for the geotechnical aspects of the GDMS platform that have been developed to date;
b) A replacement for the legacy HADDMS platform; and
c) Interoperability services with Highways England’s other systems.
two.1.5) Estimated total value
Value excluding VAT: £17,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48984000 - Graphical user interface (GUI) tools
- 71354100 - Digital mapping services
- 72000000 - IT services: consulting, software development, Internet and support
- 72310000 - Data-processing services
- 72313000 - Data capture services
- 72316000 - Data analysis services
- 72317000 - Data storage services
- 72322000 - Data management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The overall objectives for the GDMS Phase 13 project are:
a) To put in place all necessary IT service management, software licensing, hosting, and sub-contracting arrangements (the “Transition Services”) in order to operate and maintain the current GDMS platform, within 3 months of the contract commencement date;
b) To deploy a HADDMS Replacement (which meets government technology standards) into live operation within 2 years of the Transition Services going live (in order for Highways England to switch off and decommission the legacy HADDMS platform) and to deploy interoperability with other Highways England systems within 6 months of the HADDMS Replacement going live (the “Drainage and General Implementation Services”);
c) To have a managed service for the support, maintenance, and continuous improvement of the GDMS platform during its business as usual operation. The contract duration will be five years with the option for two two-year extensions (i.e. 5 + 2 + 2), subject to business need and supplier performance;
d) To implement a HADDMS Replacement solution that leverages investment in the GDMS platform to date and enables future flexibility across a convergent platform for managing geotechnical and drainage assets, including through the implementation of optional services or future requirements without the need for major capital investment beyond this project, including (but not limited to):
• The GDMS platform must have a product roadmap which includes functionality readily available in the proposed product suite beyond the functionality currently stated in the Agreement that Highways England may wish to implement via the Variation Procedure (e.g. decision support tool functionality for network deterioration and what-if scenario modelling);
• The GDMS platform must enable Highways England to exchange data across different information systems and services in near real-time, for example, by means of an open Application Programme Interface (API), enabling unfettered access to all geotechnical and drainage related asset data wherever it is stored;
• The GDMS platform may be required to support the management of information for other Highways England asset classes, such as pavements, structures, technology, and street furniture;
• The GDMS platform must enable referencing of all geotechnical and drainage construction, survey and other related data to strategic road network models; and
• The successful Tenderer must propose new ideas, innovations, and service improvements via an annual Continuous Improvement Plan. Highways England may wish to implement such service improvements via the Variation Procedure.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The aggregate duration of an extension will be up to four years, to consist of two additional two year extensions.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Tenderers are required to have the capability to enact the optional services as described in II.2.4 and the contract. Highways England makes no commitment as to the extent to which the optional services will be enacted (if at all) and reserves the right to procure these services through a route other than the contract which is the subject of this contract notice.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The contract value is expected to be approximately £17,000,000 GBP. This figures is an estimate only and will be dependent upon whether an extension (in part or in whole) is enacted, and whether the optional services (in part or in whole) are enacted.
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
1 July 2021
Local time
12:00pm
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
1 July 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
To access the documents outlined in Annex 1, Tenderers must register for a free account via the portal located at https://highways.bravosolution.co.uk (the “e-Sourcing Portal”). Once Tenderers have received their log in details, Tenderers must log into the e-Sourcing Portal and click the “ITTs Open To All Suppliers” link and select the listing under reference number 6100. Tenderers must review the introductory page to the ITT and click “Express Interest” to continue. Tenderers can access the documents outlined in Annex 1 by clicking “Buyer Attachments” in the “ITT Details” box.
If you require any further assistance, Tenderers 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. Tenderers are advised to satisfy themselves that they understand all the requirements of the procurement documents and procurement exercise before submitting their tender. 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 tenderers submitting a tender for this contract. Tenderers submit a tender 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
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.