Opportunity

https://nationalhighways.co.uk/suppliers/becoming-a-supplier/social-enterprises/

  • National Highways

F02: Contract notice

Notice reference: 2023/S 000-012285

Published 28 April 2023, 12:47pm



Section one: Contracting authority

one.1) Name and addresses

National Highways

National Highways, The Cube, 199 Wharfside Street

Birmingham

B1 1RN

Email

socialenterprisedps@nationalhighways.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

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.co.uk/suppliers/becoming-a-supplier/social-enterprises/

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/esop/ogc-host/public/nationalhighways/web/login.jst?_ncp=1668156695442.1319654-1

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

https://nationalhighways.co.uk/suppliers/becoming-a-supplier/social-enterprises/

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

National Highways would like to invite Social Enterprises to join the Social Enterprise Dynamic Purchasing System (SEDPS).

two.1.5) Estimated total value

Value excluding VAT: £65,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Cleaning

Lot No

1

two.2.2) Additional CPV code(s)

  • 39830000 - Cleaning products
  • 39831000 - Washing preparations
  • 39832000 - Dishwashing products
  • 39833000 - Anti-dust products
  • 90911000 - Accommodation, building and window cleaning services
  • 90916000 - Cleaning services of telephone equipment
  • 90917000 - Cleaning services of transport equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The requirements let under this category may include cleaning services or cleaning supplies (or both). This may include routine cleaning, reactive cleaning, periodic cleaning, deep cleaning, window cleaning, hygiene services, pest control, consumables, or façade / external cleaning, etc. consumables or façade / external cleaning, etc.

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

End date

6 June 2026

This contract is subject to renewal

No

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

two.2) Description

two.2.1) Title

Event Management

Lot No

2

two.2.2) Additional CPV code(s)

  • 30196100 - Meeting planners
  • 32340000 - Microphones and loudspeakers
  • 32342412 - Speakers
  • 39154000 - Exhibition equipment
  • 39154100 - Exhibition stands
  • 55120000 - Hotel meeting and conference services
  • 79952000 - Event services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The services provided under this category include the organisation and delivery of both internal and external gatherings or meetings e.g. meetings, award / celebration events, conferences, team building events, etc. The type of service provided may include: full-service event management, speakers / talent agencies, venue sourcing agencies, event logistics planning and management, set and exhibition design and construction, etc.

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

End date

6 June 2026

This contract is subject to renewal

No

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

two.2) Description

two.2.1) Title

Food and Beverage

Lot No

3

two.2.2) Additional CPV code(s)

  • 39222000 - Catering supplies
  • 39310000 - Catering equipment
  • 55511000 - Canteen and other restricted-clientele cafeteria services
  • 55512000 - Canteen management services
  • 55523000 - Catering services for other enterprises or other institutions

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The requirements let under this category include any food & beverage products or services. It may include catering service contracts, event catering, vending services, coffee machines, the provision of F&B office supplies including tea & coffee, etc.

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

End date

6 June 2026

This contract is subject to renewal

No

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

two.2) Description

two.2.1) Title

Signage

Lot No

4

two.2.2) Additional CPV code(s)

  • 31523200 - Permanent message signs
  • 34924000 - Variable message signs
  • 34928470 - Signage
  • 34992100 - Illuminated traffic signs
  • 34992200 - Road signs
  • 34992300 - Street signs
  • 44423400 - Signs and related items

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The requirements let under this category fall under two types: internal and external. This may include the manufacture and / or installation of any type of signage e.g. outdoor signage, road signage, indoor signage, event signage, vehicle / floor / window graphics etc.

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

End date

6 June 2026

This contract is subject to renewal

No

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

two.2) Description

two.2.1) Title

Training

Lot No

5

two.2.2) Additional CPV code(s)

  • 80511000 - Staff training services
  • 80521000 - Training programme services
  • 80522000 - Training seminars
  • 80531000 - Industrial and technical training services
  • 80532000 - Management training services
  • 80540000 - Environmental training services
  • 80550000 - Safety training services
  • 80561000 - Health training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The training services provided under this category may include training course design or delivery. It may include general business training including leadership development, EDI awareness, etc. or specialist training e.g. mental health first aid, health and safety, etc.

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

End date

6 June 2026

This contract is subject to renewal

No

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

two.2) Description

two.2.1) Title

Video and Photography

Lot No

6

two.2.2) Additional CPV code(s)

  • 48515000 - Video conferencing software package
  • 79341000 - Advertising services
  • 79961000 - Photographic services
  • 79962000 - Photograph processing services
  • 79963000 - Photograph restoration, copying and retouching services
  • 92111000 - Motion picture and video production services
  • 92122000 - Motion picture distribution services
  • 92130000 - Motion picture projection services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The services provided under this category may include on or off-site services to develop web-based promotional content, event content, etc.

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

End date

6 June 2026

This contract is subject to renewal

No

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

two.2) Description

two.2.1) Title

Waste Management

Lot No

7

two.2.2) Additional CPV code(s)

  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90521000 - Radioactive waste treatment services
  • 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The services provided under this category include general waste and recycling collection services. It may include general waste, food, dry mixed recycling, paper/card recycling, Waste Electrical and Electronic Equipment, hazardous waste, etc.

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

End date

6 June 2026

This contract is subject to renewal

No

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

National Highways would like to invite Social Enterprises, whose main aim is the social and professional integration of disabled and disadvantaged people and that meet the 30% threshold stipulated in Regulation 20 of the Public Contract Regulations 2015, to join the Social Enterprise Dynamic Purchasing System (SEDPS). The purpose of the SEDPS is to make it easier for National Highways, our supply chain and other public bodies to purchase goods and services from Social Enterprises. The use of a DPS is to further National Highways' commitment to social value as detailed in the National Highways Social Value Plan which focuses on the support of social enterprises specifically. A link to the plan can be found below.

https://nationalhighways.co.uk/media/tdog2fma/ccs0622297296-003_social-value-strategy-report_final.pdf

For the first 12 months, the SEDPS will be open for use by any organisation that provides works and/or goods and/or services directly to National Highways (i.e. any organisation who has a live contract with National Highways at the point of accessing the SEDPS). After 12 months, the SEDPS may be made available to any organisation that indirectly provides works and/or goods and/or services to National Highways (i.e. any organisation who has a live contract with a supplier to National Highways at the point of accessing the SEDPS).

The SEDPS is open for use by Public Bodies for the full duration of the SEDPS that are identified in the following link https://www.gov.uk/government/organisations and also Local Authorities in England who are identified in following link https://www.local.gov.uk/our-support/guidance-and-resources/communications-support/digital-councils/social-media/go-further/a-z-councils-online

If you are a Social Enterprise and are interested in applying to join the SEDPS, or would like further information, please contact the National Highways Procurement Team at socialenterprisedps@nationalhighways.co.uk or visit our webpage below.

https://nationalhighways.co.uk/suppliers/becoming-a-supplier/social-enterprises/

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.1.5) Information about reserved contract

The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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: 2022/S 000-030400

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

Date

29 May 2026

Local time

12:00pm

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

28 April 2023

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service, Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit