Contract

Specialist Professional and Technical Service 3 (SPaTS3)

  • National Highways

F03: Contract award notice

Notice identifier: 2025/S 000-035080

Procurement identifier (OCID): ocds-h6vhtk-04967c (view related notices)

Published 25 June 2025, 2:00pm



Section one: Contracting authority

one.1) Name and addresses

National Highways

Bridge House, Walnut Tree Close

Guilford

GU1 4LZ

Email

spats3@nationalhighways.co.uk

Telephone

+44 3001235000

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

09346363

Internet address(es)

Main address

www.nationalhighways.co.uk

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

Specialist Professional and Technical Service 3 (SPaTS3)

two.1.2) Main CPV code

  • 73220000 - Development consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

National Highways is the government company responsible for maintaining and operating the major road network in England. An opportunity has been published to potential suppliers and the scope of works that could be delivered through the SPaTS3 Framework is shown below.

The Suppliers will be expected to provide road transport-related technical consultancy, engineering advice, research and innovation services. The services required come under the following headings:

a) asset operation, maintenance, assurance and performance

b) business support (in key areas of specialist / technical support)

c) communications and data transfer

d) customer insight research, market research and publicity

e) design standards manuals and departures

f) economics, statistics and transport modelling

g) enforcement policy

h) environmental

i) geotechnical engineering

j) Health, Safety & Well being, security, road safety and vehicle restraint

k) highway structures

l) identity & image

m) incident management and traffic officer service

n) intelligent transport

o) management information systems

p) network resilience

q) pavement engineering

r) pilots and trials

s) post implementation evaluation

t) quality management

u) risk and value management

v) road user behaviour

w) strategic transport planning and policy

x) sustainability

y) traffic signals and road lighting

z) transport engineering

There will be a maximum of 6 suppliers appointed. It is expected that the successful suppliers will utilise a diverse supply chain to provide specialist support in the required areas.

Work under the framework may be awarded following mini-competition, following a single response to a request for expressions of interest or through a direct award to a single supplier.

The main site of performance of the activities is England. However, successful suppliers may be requested to work outside of England in support of the organisations enabled to use this framework, as noted in the additional information.

Further details of the requirements of the topic areas and the processes to award work are included in the tender documents.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £495,000,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Framework to deliver specialist professional and technical support.

two.2.5) Award criteria

Quality criterion - Name: Health, Safety and Well Being (HS&W) / Weighting: 10.5%

Quality criterion - Name: Technical Capability / Weighting: 14%

Quality criterion - Name: Technical Capacity / Weighting: 10.5%

Quality criterion - Name: Framework Management & Delivery / Weighting: 21%

Quality criterion - Name: Support for Small Medium Enterprises (SMEs) / Weighting: 14%

Quality criterion - Name: Social Value - Tackling economic inequality and creating equal opportunities / Weighting: 10%

Price - Weighting: 20%

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 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

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: 2024/S 000-027647


Section five. Award of contract

Contract No

con_30172

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 June 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Jacobs U.K. Limited.

Cottons Centre, Cottons Lane

London

SE1 2QG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £41,250,000


Section five. Award of contract

Contract No

con_30171

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 June 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Costain Limited

Costain Limited, Seventh Floor, 70 St Mary Axe

London

EC3A 8BE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00610201

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £82,500,000


Section five. Award of contract

Contract No

con_30170

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 June 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

AtkinsRéalis UK Limited

Woodcote Grove, Ashley Road

Epsom

KT18 5BW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00688424

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £41,250,000


Section five. Award of contract

Contract No

con_30169

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 June 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

WSP UK Limited

WSP House, 70 Chancery Lane

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01383511

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £82,500,000


Section five. Award of contract

Contract No

con_30168

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 June 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Arcadis Consulting (UK) Limited

80 Fenchurch Street

London

EC3N 2ER

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02212959

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £82,500,000


Section five. Award of contract

Contract No

con_30167

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 June 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ove Arup & Partners Limited

8 Fitzroy Street

London

W1T 4BJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

1312453

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £82,500,000


Section five. Award of contract

Contract No

con_30166

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 June 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Amey OW Limited

3rd Floor, Chancery Exchange, 10 Furnival Street

London

EC4A 1AB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01922327

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £82,500,000


Section six. Complementary information

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 incorporated a minimum 10 calendar day standstill period at the point information on award of the contract was communicated to candidates. Appeals must be lodged in accordance with the Public Contracts Regulations (SI 2015 No. 102) as amended.