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

The successful contractor will be required to provide integrated network management, maintenance, improvement activities, incident management, event management and contingency planning on the all purpose trunk roads and motorways in Highways Agency ...

Contract award notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Highways Agency
Federated House, London Road
Contact point(s): https://highways.bravosolution.co.uk
For the attention of: Laurence Potts
RH12 1SZ Dorking
UNITED KINGDOM

Internet address(es):

General address of the contracting authority: http://highways.gov.uk

I.2)Type of the contracting authority
National or federal agency/office
I.3)Main activity
General public services
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
Area 3 Asset Support Contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Routes for Roads Maintenance, Renewal and Improvement elements, and Technology Renewal and Improvement elements:
A3 from a point approx. 2km south of M25 at Ockham I/C (Surrey) south to its junction with the A3(M) (Hampshire) including operation and maintenance of the twin bore Hindhead tunnel. M3 from a point approx. 2km south of M25 at Kitsmead Bridge (Surrey) south to its junction with the M27 (Hampshire). A3(M) in its entirety (Hampshire). A303 from its junction with M3 Junction 8 (Hampshire) west to its junction with the A338 (Hampshire/Wiltshire boundary line).
M4 from Junction 5 (Berkshire) to M4 Junction 15 (Wiltshire). A404(M) from M4 Junction 8/9 to A404 (Berkshire). A404 from A404(M) (Berkshire) to M40 Junction 4 (Buckinghamshire). A308(M) from M4 Junction 8/9 to A308 (Berkshire). A34 from M3 Junction 9 (Hampshire) to M40 Junction 9 (Oxfordshire). M27 from Junction 1/A31 Cadnam, Hampshire to A27 Hilsea, east of Junction 12, Portsmouth (incl. slips to M275 - Tipner Bridge). M271 from Junction A3057 Romsey Road Rdbt, Hampshire (north of M27) to Redbridge Rdbt, Southampton (south of M27). A27 from M27 Hilsea (east of the M275 link to Portsmouth) to A259 Junction Warblington, Hampshire. A31 (Hants) from M27 Junction 1/A31 Cadnam, Hampshire to Kins Stream Bridge (west of Ringwood, A338 Ashley Heath Junction). A31 (Dorset) from Kings Stream Bridge (west of Ringwood, east of A338 Ashley Heath Junction) to A35/A31 Junction Bere Regis, Dorset. There is potential for parts of the network to be passed to the neighbouring HA area commissions/Local Authorities during the lifetime of the Contract.
Co-location with, facilities for and supervision/management of the Highways Agency Regional Technology Maintenance Contract (RTMC)for the South East in Areas 3 and 4. The RTMC (SE) Network in Areas 3 and 4 is listed below:
Area 3
A3 from a point approx. 2km south of M25 at Ockham I/C (Surrey) south to its junction with the A3(M) (Hampshire) including operation and maintenance of the twin bore Hindhead tunnel. M3 from a point approx. 2km south of M25 at Kitsmead Bridge (Surrey) south to its junction with the M27 (Hampshire). A3(M) in its entirety (Hampshire). A303 from its junction with M3 Junction 8 (Hampshire) west to its junction with the A338 (Hampshire/Wiltshire boundary line). A34 route within Hampshire boundary only. M27 from Junction 1/A31 Cadnam, Hampshire to A27 Hilsea, east of Junction 12, Portsmouth (incl. slips to M275 - Tipner Bridge). M271 from Junction A3057 Romsey Road Rdbt, Hampshire (north of M27) to Redbridge rdbt, Southampton (south of M27. A27 from M27 Hilsea (east of the M275 link to Portsmouth) to A259 Junction Warblington, Hampshire. A31 (Hants) from M27 Junction 1/A31 Cadnam, Hampshire to Kins Stream Bridge (west of Ringwood, east of A338 Ashley Heath Junction). There is potential for parts of the network to be passed to neighbouring HA Area commissions/Local Authorities during the lifetime of the contract. Routes that are covered by the East and South West RTMC's are excluded.
Area 4
A2(W) between Junction with the M25 and A282 at Dartford and start M2 Junction 1; A2 (E) between M2 Junction 7 and Eastern Dock Rdbt (Junction with A20): M2 from Junction 1 to Junction 7; A20 between Eastern Dock Rdbt Junction with A2 East and M20 Junction 13; Limekiln Viaduct link to Dover Western Docks and Lord Warden Square, Dover; A2070 between Junction 10 of the M20 and Brenzett Rdbt Junction with the A259; A259 (E) between Brenzett Rdbt Junction with the A2070 and Hastings at the junction with Mill Lane; A259 (W) between De La Warr Road Rdbt and Pevensey By Pass junction with A27; A27 between Pevensey By Pass junction with the A259 and junction with Pook Lane at Warblington; M20 from prior to Junction 3, Trottiscliffe Road overbridge to M20 Junction 13 with the A20; A21 between junction with the M25/A25 and Junction Road, junction with the A28 prior to Hastings: A26 between junction with the A27 at Beddingham Rdbt to junction with the A259 at Newhaven: M23 between A25 overbridge and M23 Junction 11, A23: A23 between Junction 11 of the M23 and A23 junction with the A27: approximately 1km of A22 at Polegate and approximately 1km of A24 at Worthing.
All of the above are within the counties of Kent, West Sussex, East Sussex, Surrey and the unitary authorities of Medway and Brighton and Hove.
The above descriptions are all subject to final ratification.

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)
The successful contractor will be required to provide integrated network management, maintenance, improvement activities, incident management, event management and contingency planning on the all purpose trunk roads and motorways in Highways Agency (HA) Area3 in accordance with Ha's standards and obljectives.
Duties to include;
Routine and cyclic road and bridges maintenace works, winter maintenance and delivery of road, structures/bridge and technology schemes in HA Area 3 which will have an upper value limit of between 4 000 000 and 8 000 000 GBP.
Co-location with, facilities for and supervision/management of the Highways Agency Regional Technology Maintenance Contract (RTMC) for Areas 3 and 4.
Duies may also include the following:
Provision of planning advice, design, co-ordination and supervision of maintenance (unlimited by value) and improvement schemes up to the value specified above.
The management of works above this value if so instructed.
II.1.5)Common procurement vocabulary (CPV)

45233139, 71320000, 34923000, 45221100, 45233130, 71322500, 45316200, 45233140, 71322000, 45233141, 71300000, 45223200, 45233210, 45310000

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)
Value: 120 000 000 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 50
2. Quality. Weighting 50
3. Delivery performance
4. Risk
5. Overall cost effectiveness
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2012/S 101-167835 of 30.5.2012

Section V: Award of contract

Lot title: Area 3 Asset Support Contract
V.1)Date of contract award decision:
11.6.2013
V.2)Information about offers
Number of offers received: 4
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

EnterpriseMouchel Limited
Export House, Cawsey Way
GU21 6QX Woking
UNITED KINGDOM

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 120 000 000 GBP
If annual or monthly value:
Number of years: 5
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

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:
This procurement falls within the scope of HM Revenue and Custom's Construction Industry Scheme.
The successful Contractor will be appointed to fulfil the duties of Principal Contractor and CDM Co-ordinator under the Construction (Design and Management) Regulation 2007.
The contract period may be extended by up to 36 months.
The value quoted in Sections II.2.1 and V.4 is the current estimate of spend per annum for the 5 year contract period plus any extensions.
The Contractor may be asked to provide services on local highway authority routes as aprt of collaboration projects.
Government Departments and Agencies are commited to ensuring public sector procurement is used, where possible, to promote skills training and open up apprenticeship opportunities on public sector projects and programmes. To support this commitment the Highways Agency Board has agreed a target to have one apprenticeship created for every £20m spent through a contract. HA Board has identified that Providers delivering the Asset Support Contract are expected to contribute in delivering this target.
In determining the value of the total consideration which the contracting authority expects to be payable under a public contract it shall, where appropriate, take account of: a) any form of option; b) any renewal of the contract; c) any prize or payment awarded by the contracting authority to the economic operator; d) the premium payable and any other forms of remuneration for insurance services; e) fees, commission, interest or other forms of remuneration payable for banking and other financial services; and f) fees, commission or other forms of remuneration payable for design services.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

See details at VI.4.2

VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
28.6.2013