Opportunity

Highways England Operational Technology Commercial Framework

  • Highways England Company Limited

F02: Contract notice

Notice reference: 2021/S 000-016156

Published 9 July 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Highways England Company Limited

Bridge House, 1 Walnut Tree Close

Guildford

GU1 4LZ

Email

RoadsideTechnologyTeam@highwaysengland.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

Company number 09346363

Internet address(es)

Main address

www.highwaysengland.co.uk/

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.