By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

To obtain expert Dispute Resolution, Insurance and Procurement (DRIP) advice. This will assist in the continued development, support and implementation of the Agency’s existing contracting arrangements and new contract requirements.Due to the ...

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Highways Agency
Lateral 8 City Walk
For the attention of: Catherine Chapman
LS11 9AT Leeds
UNITED KINGDOM
Telephone: +44 3284816
E-mail:

Internet address(es):

General address of the contracting authority: www.highways.gov.uk

I.2)Type of the contracting authority
National or federal agency/office
I.3)Main activity
Other: Transport
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Dispute Resolution, Insurance & Procurement (DRIP) Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Main site or location of works, place of delivery or of performance: England.

NUTS code UK

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
To obtain expert Dispute Resolution, Insurance and Procurement (DRIP) advice. This will assist in the continued development, support and implementation of the Agency’s existing contracting arrangements and new contract requirements.
Due to the changing nature of the Agency’s core business, from road builder to Network Operator, there are a number of issues currently identified as potential work areas. The list below indicates typical areas of work activity but is not exhaustive:
Support for Roads Procurement (including Design, Build, Finance & Operate; Managing Agent Contracts and Major Projects).
Development of collaborative forms of contracts between the Highways Agency and Local Authorities.
Development of Traffic Officer role.
Procurement supporting Roads and Highways Agency Infrastructure (including Facilities & Estates Management; Research & Development and Computer & Related services).
II.1.5)Common procurement vocabulary (CPV)

79418000, 73000000, 66519310, 79422000, 79418000, 66518100

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Lowest offer 0 and highest offer 36 000 000 GBP

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Price. Weighting 30
2. Quality. Weighting 70
3. Delivery Performance
4. Risk
5. Overall cost effectiveness
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
HA 114/2/1398
IV.3.2)Previous publication(s) concerning the same contract

Notice number in the OJEU: 2010/S 28-040271 of 5.2.2010

Contract notice

Notice number in the OJEU: 2010/S 41-060408 of 24.2.2010

Other previous publications

Notice number in the OJEU: 2012/S 2-002554 of 3.1.2012

Section V: Award of contract

Contract No: HA114/2/1398 Lot No: 1 - Lot title: Disputes Resolution Lot 1.
V.1)Date of contract award decision:
22.12.2011
V.2)Information about offers
Number of offers received: 5
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Jacobs Engineering UK Ltd
427 London Road, Berkshire
RG6 1BL Reading

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Short description of the value/proportion of the contract to be sub-contracted: The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Contract No: HA114/2/1398 Lot No: 1 - Lot title: Disputes Resolution.
V.1)Date of contract award decision:
22.12.2011
V.2)Information about offers
Number of offers received: 5
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Rowsell Wright Limited
38 Stonebow Avenue, West Midlands
B91 3UP Solihull

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Short description of the value/proportion of the contract to be sub-contracted: The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Contract No: HA114/2/1398 Lot No: 1 - Lot title: Disputes Resolution.
V.1)Date of contract award decision:
22.12.2011
V.2)Information about offers
Number of offers received: 5
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Turner & Townsend
63 Church Street
B3 2DP Birmingham

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Short description of the value/proportion of the contract to be sub-contracted: The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Contract No: HA114/2/1398 Lot No: 3 - Lot title: Procurement Advice.
V.1)Date of contract award decision:
22.12.2011
V.2)Information about offers
Number of offers received: 7
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Jacobs Engineering UK Ltd
427 London Road
RG6 1BL Reading

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Short description of the value/proportion of the contract to be sub-contracted: The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Contract No: HA114/2/1398 Lot No: 3 - Lot title: Procurement Advice.
V.1)Date of contract award decision:
15.12.2011
V.2)Information about offers
Number of offers received: 7
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Rowsell Wright Limited
38 Stonebow Avenue
B91 3UP Solihull

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Short description of the value/proportion of the contract to be sub-contracted: The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Contract No: HA114/2/1398 Lot No: 3 - Lot title: Procurement.
V.1)Date of contract award decision:
22.12.2011
V.2)Information about offers
Number of offers received: 7
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Turner & Townsend
63 Church Street
B3 2DP Birmingham

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Short description of the value/proportion of the contract to be sub-contracted: The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Contract No: HA114/2/1398 Lot No: 3 - Lot title: Procurement Advice.
V.1)Date of contract award decision:
22.12.2011
V.2)Information about offers
Number of offers received: 7
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Buro Happold Consulting
Camden Mill Lower Bristol Road
BA2 3DQ Bath

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Short description of the value/proportion of the contract to be sub-contracted: The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Contract No: HA114/2/1398 Lot No: 3 - Lot title: Procurement Advice.
V.1)Date of contract award decision:
22.12.2011
V.2)Information about offers
Number of offers received: 7
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Halcrow Group Ltd
Burderop Park
SN4 0QD Swindon

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Short description of the value/proportion of the contract to be sub-contracted: The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Contract No: HA114/2/1398 Lot No: 2 - Lot title: Insurance Advice.
V.1)Date of contract award decision:
2.3.2012
V.2)Information about offers
Number of offers received: 2
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Willis Limited
51 Lime Street
EC3M 7DQ London
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
1) This Framework does not include any provision for Legal Advice, as this is now available to the Agency through the DfT Commercial Collaborative Call-off arrangement.
2) Following pre-qualification, Vendor Ratings will be calculated using the Pre-Qualification Mini-Pack, for those companies listed under III.2.3(a) of this Notice that the Highways Agency deems to have a significant impact on the delivery of the work under the contract as an applicant company. While all parts of the Pre-Qualification Mini-Pack must be completed and returned it will only be assessed if it is necessary to produce a short-list from the number of applications received. The tender list for this contract will be compiled from the highest Vendor Rated expressions of interest subject to an overview of market issues and other relevant circumstances. Past Performance Data submissions are required in the form of reference contracts per the specific Mini Pack relating to each Lot (for each of the applicant companies) carried out over the past three years that are of a similar type, value & complexity to that described in Section II of this Notice. In this paragraph 'relevant' is to be interpreted as similar highways contracts or other non-highway infrastructure contracts in which there is a significant commonality of management and construction disciplines.
3) The tenderer with the most economically advantageous tender will be required to sign the Highways Agency Fair Payment Charter as a condition of acceptance of their tender.
4) This framework may be extended by a further 12 months. However, the Secretary of State reserves the right not to award any arrangement or lot as a result of this competition, and reserves the right to cancel this competition at any stage. This Arrangement may be accessed by other Central Government Departments and Local Government Bodies (refer to section II.2.1 (points 2 & 3 for further details) and is subject to completion of a further access agreement with those users.
5) The Highways Agency (HA) reserves the right to exclude Applicant Companies from this contract award process at any time if it reasonably considers that any actual or potential conflict of interest exists:
5a) Applicant Companies must confirm that neither they nor any of their associated companies has or is likely to have any conflict of interest in relation to the performance of this contract, including but not limited to a conflict arising from; (i) Where any company that is or is due to be contracted to the HA is an associated company of the selected contractor, or the same person, company or associated company holds shareholdings and/or voting rights of more than 10 % (directly or indirectly) in both the contracted company (or any of its associated companies) and the selected contractor (or any of its associated companies); (ii) Where there is a commercial relationship (e.g. supplier/customer) between the selected contractor (or any of its associated companies) and a contracted company (or any of its associated companies), or where either the selected contractor or a contracted company (or an associated company of one of those companies) is bidding or is considering bidding to enter into a commercial relationship with the other (or with an associated company of the other);
5b) Applicant companies must provide details of any such actual or potential conflict of interest where a relevant employee, agent, contractor or officer of the selected contractor has a personal relationship (such as - without limitation - spouse, sibling, parent, etc.) with a relevant employee or officer of a contracted company (or of any of its associated companies). The HA will make a decision as to whether this constitutes a significant conflict of interest and reserves the right to exclude Applicant Companies where it deems there to be a significant conflict of interest.
5c) Applicant Companies must inform the HA promptly in writing of any change in circumstances that would or may result in their confirmation given under (a) above ceasing to be wholly correct and complete. Failure to inform the Highways Agency promptly of any such change in circumstances may result in the exclusion of them from this contract award process. Applicant Companies will be excluded from this contract award process if they make a false or materially incomplete declaration in relation to any of the above points.
6) The HA will not pay any costs incurred by any supplier or potential supplier in connection with this competition.
7) The HA may award another Framework with any or all of the successful applicant companies in line with the provision of Regulation 14(d)(ii) of the Procurement Regulation 2006/5.
8) Supplier selection for a Call-off from the Framework will be by ongoing performance (against previous work), technical ability, resource availability and cost.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

Highways Agency
Lateral 8 City Walk
LS11 9AT Leeds
UNITED KINGDOM

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Highways Agency will incorporate a minimum 16 calendar day standstill period at the point information on the award of the contract is communicated to tenderers along with their debriefing. This period allows unsuccessful tenderers, with sufficient grounds, to consider a challenge against an award before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved prior to the end of the Standstill period the Public Contracts Regulations 2006 (SI 2006 No 5) and the 2009 Amending Regulations provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to bring action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the Award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may order the (prospective) ineffectiveness of a contract, where certain serious rule breaches have occurred, in addition to any fine: The court may instead provide for alternative penalties; either contract shortening, fines, or both.
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
5.3.2012