Section one: Contracting authority
one.1) Name and addresses
Highways England Company Limited
Bridge House, 1 Walnut Tree Close
Guildford
GU1 4LZ
RoadsideTechnologyTeam@highwaysengland.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
Company number 09346363
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.highways.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.highways.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.highways.bravosolution.co.uk/web/login.shtml
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
Highways England Operational Technology Commercial Framework
two.1.2) Main CPV code
- 72222300 - Information technology services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this contract notice is to call for competition for the Highways England Operational Technology Commercial Framework (OTCF).
The OTCF will be the primary commercial vehicle to support the delivery of Highways England’s RIS2 (and beyond) technology pipeline and to meet the strategic aims of Highways England.
The OTCF is comprised of five Lots:
Lot 1- Detector Systems (Goods, Services and Maintenance)
Lot 2 - Informing Systems (Goods, Services and Maintenance)
Lot 3 - Passive Systems (Goods, Services and Maintenance)
Lot 4 - Operational Systems (Services)
Lot 5 - Operational Technology Consultancy Support (Services)
Highways England are committed to engaging with new members of the supply chain and encourage participation for all suppliers including SME’s in this procurement exercise.
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
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
Lot No
1
two.2.2) Additional CPV code(s)
- 31158100 - Battery chargers
- 31500000 - Lighting equipment and electric lamps
- 31600000 - Electrical equipment and apparatus
- 31720000 - Electromechanical equipment
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 34000000 - Transport equipment and auxiliary products to transportation
- 34920000 - Road equipment
- 34923000 - Road traffic-control equipment
- 34924000 - Variable message signs
- 34926000 - Car park control equipment
- 34927000 - Toll equipment
- 34928000 - Road furniture
- 34970000 - Traffic-monitoring equipment
- 34990000 - Control, safety, signalling and light equipment
- 34996000 - Control, safety or signalling equipment for roads
- 35125110 - Biometric sensors
- 35710000 - Command, control, communication and computer systems
- 38100000 - Navigational and meteorological instruments
- 38200000 - Geological and geophysical instruments
- 38300000 - Measuring instruments
- 38400000 - Instruments for checking physical characteristics
- 38730000 - Parking meters
- 45200000 - Works for complete or part construction and civil engineering work
- 45316000 - Installation work of illumination and signalling systems
- 48000000 - Software package and information systems
- 48620000 - Operating systems
- 50000000 - Repair and maintenance services
- 50312000 - Maintenance and repair of computer equipment
- 63712710 - Traffic monitoring services
- 71241000 - Feasibility study, advisory service, analysis
- 71311200 - Transport systems consultancy services
- 71351600 - Weather-forecasting services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72200000 - Software programming and consultancy services
- 72228000 - Hardware integration consultancy services
- 72267100 - Maintenance of information technology software
- 72300000 - Data services
- 72500000 - Computer-related services
- 73000000 - Research and development services and related consultancy services
- 75100000 - Administration services
- 79311300 - Survey analysis services
- 79314000 - Feasibility study
- 79315000 - Social research services
- 79320000 - Public-opinion polling services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
(Operational Technology Commercial Framework - Lot 1) Operational Technology - Detector Systems (Goods, Services and Maintenance).
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: £70,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
There are up to two (2) Extension Periods of twelve (12) months duration each. The total duration of the Framework Agreement will not exceed 48 months in total.
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
Lot No
2
two.2.2) Additional CPV code(s)
- 31158100 - Battery chargers
- 31500000 - Lighting equipment and electric lamps
- 31600000 - Electrical equipment and apparatus
- 31720000 - Electromechanical equipment
- 31730000 - Electrotechnical equipment
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 34000000 - Transport equipment and auxiliary products to transportation
- 34920000 - Road equipment
- 34923000 - Road traffic-control equipment
- 34924000 - Variable message signs
- 34926000 - Car park control equipment
- 34927000 - Toll equipment
- 34928000 - Road furniture
- 34970000 - Traffic-monitoring equipment
- 34990000 - Control, safety, signalling and light equipment
- 34996000 - Control, safety or signalling equipment for roads
- 35125110 - Biometric sensors
- 35710000 - Command, control, communication and computer systems
- 38100000 - Navigational and meteorological instruments
- 38200000 - Geological and geophysical instruments
- 38300000 - Measuring instruments
- 38400000 - Instruments for checking physical characteristics
- 38730000 - Parking meters
- 45200000 - Works for complete or part construction and civil engineering work
- 45316000 - Installation work of illumination and signalling systems
- 48000000 - Software package and information systems
- 48620000 - Operating systems
- 50000000 - Repair and maintenance services
- 50312000 - Maintenance and repair of computer equipment
- 63712710 - Traffic monitoring services
- 71241000 - Feasibility study, advisory service, analysis
- 71311200 - Transport systems consultancy services
- 71351600 - Weather-forecasting services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72200000 - Software programming and consultancy services
- 72228000 - Hardware integration consultancy services
- 72267100 - Maintenance of information technology software
- 72300000 - Data services
- 72500000 - Computer-related services
- 73000000 - Research and development services and related consultancy services
- 75100000 - Administration services
- 79311300 - Survey analysis services
- 79315000 - Social research services
- 79320000 - Public-opinion polling services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
(Operational Technology Commercial Framework Lot 2) - Operational Technology - Informing Systems (Goods, Services and Maintenance).
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: £80,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
There are up to two (2) Extension Periods of twelve (12) months duration each. The total duration of the Framework Agreement will not exceed 48 months in total.
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
Lot No
3
two.2.2) Additional CPV code(s)
- 31158100 - Battery chargers
- 31500000 - Lighting equipment and electric lamps
- 31600000 - Electrical equipment and apparatus
- 31720000 - Electromechanical equipment
- 31730000 - Electrotechnical equipment
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 34000000 - Transport equipment and auxiliary products to transportation
- 34920000 - Road equipment
- 34923000 - Road traffic-control equipment
- 34924000 - Variable message signs
- 34926000 - Car park control equipment
- 34927000 - Toll equipment
- 34928000 - Road furniture
- 34970000 - Traffic-monitoring equipment
- 34990000 - Control, safety, signalling and light equipment
- 34996000 - Control, safety or signalling equipment for roads
- 35125110 - Biometric sensors
- 35710000 - Command, control, communication and computer systems
- 38100000 - Navigational and meteorological instruments
- 38200000 - Geological and geophysical instruments
- 38300000 - Measuring instruments
- 38400000 - Instruments for checking physical characteristics
- 38730000 - Parking meters
- 45200000 - Works for complete or part construction and civil engineering work
- 45316000 - Installation work of illumination and signalling systems
- 48000000 - Software package and information systems
- 48620000 - Operating systems
- 50000000 - Repair and maintenance services
- 50312000 - Maintenance and repair of computer equipment
- 63712710 - Traffic monitoring services
- 71241000 - Feasibility study, advisory service, analysis
- 71311200 - Transport systems consultancy services
- 71351600 - Weather-forecasting services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72200000 - Software programming and consultancy services
- 72228000 - Hardware integration consultancy services
- 72267100 - Maintenance of information technology software
- 72300000 - Data services
- 72500000 - Computer-related services
- 73000000 - Research and development services and related consultancy services
- 75100000 - Administration services
- 79311300 - Survey analysis services
- 79314000 - Feasibility study
- 79315000 - Social research services
- 79320000 - Public-opinion polling services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
(Operational Technology Commercial Framework - Lot 3). Operational Technology - Passive Systems (Goods, Services and Maintenance).
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: £70,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
There are up to two (2) Extension Periods of twelve (12) months duration each. The total duration of the Framework Agreement will not exceed 48 months in total.
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
Lot No
4
two.2.2) Additional CPV code(s)
- 31158100 - Battery chargers
- 31500000 - Lighting equipment and electric lamps
- 31600000 - Electrical equipment and apparatus
- 31720000 - Electromechanical equipment
- 31730000 - Electrotechnical equipment
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 34000000 - Transport equipment and auxiliary products to transportation
- 34920000 - Road equipment
- 34923000 - Road traffic-control equipment
- 34924000 - Variable message signs
- 34926000 - Car park control equipment
- 34927000 - Toll equipment
- 34928000 - Road furniture
- 34970000 - Traffic-monitoring equipment
- 34990000 - Control, safety, signalling and light equipment
- 34996000 - Control, safety or signalling equipment for roads
- 35125110 - Biometric sensors
- 35710000 - Command, control, communication and computer systems
- 38100000 - Navigational and meteorological instruments
- 38200000 - Geological and geophysical instruments
- 38300000 - Measuring instruments
- 38400000 - Instruments for checking physical characteristics
- 38730000 - Parking meters
- 45200000 - Works for complete or part construction and civil engineering work
- 45316000 - Installation work of illumination and signalling systems
- 48000000 - Software package and information systems
- 48620000 - Operating systems
- 50000000 - Repair and maintenance services
- 50312000 - Maintenance and repair of computer equipment
- 63712710 - Traffic monitoring services
- 71241000 - Feasibility study, advisory service, analysis
- 71311200 - Transport systems consultancy services
- 71351600 - Weather-forecasting services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72200000 - Software programming and consultancy services
- 72228000 - Hardware integration consultancy services
- 72267100 - Maintenance of information technology software
- 72300000 - Data services
- 72500000 - Computer-related services
- 73000000 - Research and development services and related consultancy services
- 75100000 - Administration services
- 79311300 - Survey analysis services
- 79314000 - Feasibility study
- 79315000 - Social research services
- 79320000 - Public-opinion polling services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
(Operational Techbology Commercial Framework - Lot 4). Operational Technology Operational Systems (specialist products, support services and solutions).
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: £220,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
There are up to two (2) Extension Periods of twelve (12) months duration each. The total duration of the Framework Agreement will not exceed 48 months in total.
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
Lot No
5
two.2.2) Additional CPV code(s)
- 31158100 - Battery chargers
- 63712710 - Traffic monitoring services
- 71241000 - Feasibility study, advisory service, analysis
- 71311200 - Transport systems consultancy services
- 71351600 - Weather-forecasting services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72200000 - Software programming and consultancy services
- 72228000 - Hardware integration consultancy services
- 72300000 - Data services
- 72500000 - Computer-related services
- 73000000 - Research and development services and related consultancy services
- 75100000 - Administration services
- 79311300 - Survey analysis services
- 79314000 - Feasibility study
- 79315000 - Social research services
- 79320000 - Public-opinion polling services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
(Operational Technology Commercial Framework - Lot 5). Operational Technology Consultancy Support Services.
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: £60,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
There are up to two (2) Extension Periods of twelve (12) months duration each. The total duration of the Framework Agreement will not exceed 48 months in total.
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
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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: 2020/S 163-397491
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 September 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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 September 2021
Local time
12:00pm
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.3) Additional information
Highways England will be holding a Tender Launch Event for this Operational Technology Commercial Framework.
This will take place on Friday 16th July 2021 from 14:30 to 17:00
Tenderers should register here to attend.
https://registration.livegroup.co.uk/ itcfandotcflaunchevent
After the Tender Launch Event, Highways England will make available the presentation slides, along with Q&A from the Tender Launch Event.
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 day standstill period at the point information on award of the contract is communicated to Tenderers. Appeals should be lodged in accordance with the Public Contracts Regulations 2015 as amended.