Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Smart Motorways Alliance and Associated Works
II.1.2)Main CPV code45000000 Construction work
II.1.3)Type of contractWorks
II.1.4)Short description:
Highways England seeks to appoint 6 partners to create the Smart Motorway Programme Alliance ("SMP Alliance") over a 10.5 year period, including a mobilisation and a further period to complete outstanding works.
One Partner shall provide production management services (Lot 1), 2 Partners shall be digitally enabled designers (Lot 2) and 3 Partners shall undertake on-site assembly and construction role (Lot 3). The Alliance will develop, design, and build multiple road schemes under a single Alliance Contract. Partners will operate from a centralised Production Hub to coordinate delivery.
The Alliance will increase lane capacity on all parts of the strategic road network through embedding technology and converting hard shoulders to all-lane running. Where required, the Alliance will also deliver associated works to coordinate wider HE programme of works. The Alliance may also support HE deliver the wider autonomous and connected vehicles road implementation strategy
II.1.5)Estimated total valueValue excluding VAT: 7 000 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
II.2)Description
II.2.1)Title:
Production Management Partner
Lot No: 1
II.2.2)Additional CPV code(s)71500000 Construction-related services
71520000 Construction supervision services
71521000 Construction-site supervision services
71530000 Construction consultancy services
71541000 Construction project management services
79418000 Procurement consultancy services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
II.2.4)Description of the procurement:
Highways England is looking to appoint a partner to be accountable for the programme-wide management activities within the production hub function over the term of the alliance agreement (10,5 years) and thereafter to oversee completion of works called off under lots 2 and 3. Such works expected to complete within 2 to 3 years of expiry of the term of the Alliance Agreement.
The production management partner will act as a catalyst for integration and collaboration between all seven Alliance Members (6 Partners and Highways England) within the Production Hub while providing capability in the service areas specifically related to delivery control and coordination and investing in the capability and competence development of Highways England to enable a programmatic approach that supports realisation of the intended benefits of an alliance model. The outcomes of the production hub function include the following, as a minimum:
1) Business Integration — managing and integrating resources from multiple companies to create and sustain effective and efficient programme delivery;
2) Delivering services within the Production Hub in a leadership or supporting role as required;
3) Programme management office to enable delivery plan to be successfully delivered safely, to time, cost and quality and with robust change control;
4) Supply chain management strategy — facilitate delivery of collaborative procurement hub, category management and wider supply chain performance;
5) Technology and information strategy — facilitate and deliver technology architecture strategy to enable efficiency single source of the truth;
6) Logistical management and scheduling — facilitate delivery of strategic coordination of plant material and resources across inventory storage and manufacturing assembly to smooth resource levels and effective sequencing;
7) People strategy — support alliance board and develop recruitment, skills and retention strategy to drive high performing culture;
8) Continuous improvement, innovation and best practice identified at the scheme level and shared across the programme to support consistently high performing and continuously improving teams in both design areas and in all three construction areas;
9) Commercial management — facilitate delivery of effective cost, commercial and financial management function to the alliance;
10) Communications — lead effective communications strategy and business reporting management;
11) Governance and risk management — provide effective risk controls to facilitate operational and strategic delivery;
12) Quality management and assurance — provide an effective quality management system and controls to maximise operational efficiency;
13) Business Change and Innovation — provide catalyst for business opportunities and deliver effective project management to successfully implement change.
The specific resources and structure will be reviewed annually to reflect needs of forward design and build works programme.
Further information is provided in the descriptive document
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 350 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 126
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Selection criteria for the questions are provided in the procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Lot value is for guidance only. The value will be subject to the programme scale and agreed resources profile across the alliance partners, which will vary depending upon ability for HE, design and construction partner’s ability to self-deliver. A package order will be issued to confirm resource need, with resources embedded in a centralised Production Hub.
II.2)Description
II.2.1)Title:
Digitally Enabled Design Partner
Lot No: 2
II.2.2)Additional CPV code(s)71000000 Architectural, construction, engineering and inspection services
71250000 Architectural, engineering and surveying services
71300000 Engineering services
71311210 Highways consultancy services
71320000 Engineering design services
71322500 Engineering-design services for traffic installations
71510000 Site-investigation services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
II.2.4)Description of the procurement:
The Digitally-Enabled Design Partners will provide outline and detailed civil engineering design for smart motorway schemes. They will be accountable for delivery of the project control framework stages 1-7, including:
— principal designer for allocated schemes,
— design knowledge management,
— surveys (supported by supply chain and on-site assembly partner),
— environmental assessment and design,
— statutory and consent management,
— maximising use of digital design including Building Information Modelling (BIM),
— providing designs solutions to meet scheme needs,
— promoting industry practice for road designas an alliance partner, the design partners will promote and lead the standardisation and use of digital solutions to reduce the need for bespoke design and maximise efficiency. They will develop and apply a consistent approach to design whereby standardised SMP designs are developed for use across all on-site assembly areas to drive efficiencies across the value chain.
The Design Partners will promote and manage the utilisation of the HE promoted “Rapid Engineering Model” system to better inform designs, while standardising the methods, and running digital rehearsals implementing a cyclical dynamic, where processes and capabilities are tested to deliver right first time, optimised on site assembly. The supply chain is critical to developing the flexibility, efficiency, and speed to deliver the right product efficiently.
Design partners will provide resource and expertise to deliver centralised production hub activity to maximise alliance objectives and delivery of efficient programme. As part of the contract award, the 2 Alliance design partners will provide personnel to sit within the production hub and shall appoint representatives to the alliance board with a mandate to deliver all SMP schemes.
At contract award, the design partners’ will be assigned to one of 2 UK regions (North and South) Candidates must provide their preferences as part of their expression of interest. The candidate with the highest qualifying score for this lot will be awarded their preferred region, and remaining region allocated to the 2nd ranked qualifying bidder.
The alliance contract will include a work allocation procedure. Further details regarding how the design services for schemes will be awarded to the two successful design partners can be found in the descriptive document.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 700 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 126
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 6
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Selection criteria for the questions are provided in the procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Lot value represents the optimistic maximum forecast if the complete smart motorways programme is fully funded over the 10 year term. Candidates should refer to the descriptive document for further detail, which confirms the latest funded position and expected number of schemes.
II.2)Description
II.2.2)Additional CPV code(s)45000000 Construction work
45100000 Site preparation work
45233000 Construction, foundation and surface works for highways, roads
45233100 Construction work for highways, roads
45233130 Construction work for highways
71000000 Architectural, construction, engineering and inspection services
71250000 Architectural, engineering and surveying services
71300000 Engineering services
71311210 Highways consultancy services
71320000 Engineering design services
71322500 Engineering-design services for traffic installations
71510000 Site-investigation services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
II.2.4)Description of the procurement:
The on-site assembly partner is responsible for constructing highways infrastructure, including the provision of traffic management and testing and commissioning of any infrastructure as part of handover to highway operational teams. Using in-house and supply chain resource to deliver schemes, interfacing with other Partners to support efficient and safe design with predictable cost and schedule outcomes. They will have specific responsibility for delivery for the following specific activities:
— principal contractor for allocated schemes,
— site mobilisation and site logistics,
— site safety and temporary works,
— integration and coordination of roadside technology to connect to Highways England Traffic Management System,
— site surveys,
— environmental assessment and design,
— asbestos surveys,
— management and delivery of construction activities,
— site performance control,
— site level engineering,
— installation and technology commissioning,
— commission and handover management,
— customer service and external stakeholder management.
On-site assembly partners will provide resource and expertise to deliver centralised production hub activity to maximise Alliance objectives and delivery of efficient programme. It will specifically lead and promote usage of off-site construction activity. They will work with alliance partners to standardise construction materials, methods and design to maximise productivity and innovation.
At contract award, on-site assembly partner’s will be assigned to one of three UK regions (North, Midland and South). Candidates must provide their preferences as part of their expression of interest. The candidate with the highest qualifying score for this lot will be awarded their preferred region, and remaining region allocated to the 2nd and 3rd ranked qualifying bidder.
The alliance contract will include a work allocation procedure. Further details regarding how the construction services for schemes will be awarded to the 3 successful on-site assembly partners can be found in the descriptive document.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 5 950 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 126
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 6
Maximum number: 12
Objective criteria for choosing the limited number of candidates:
Selection criteria for the questions are provided in the selection questionnaire guidance document
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Lot value represents the optimistic maximum forecast if the complete smart motorways programme is fully funded over the 10 year term. Candidates should refer to the descriptive document for further details, which confirms the lower funded position and expected number of schemes.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
As detailed in the SQ Guidance Document.
Constructionline (https://www.constructionline.co.uk/) is the UK Government's national pre-qualification register for construction contractors and consultants.
Candidates may demonstrate their suitability for a number of aspects in the selection process through providing their registration number for their valid and up to date Constructionline account. Contractors or incorporated joint ventures (single legal entities) submitting an application should provide their Constructionline registration number. For unincorporated Joint Ventures submitting an application each member of the group should provide their individual Constructionline registration number.
Constructionline members are requested to ensure their profile is valid and up to date for the purposes of this tendering process. Where candidates do not have a Constructionline account with an applicable level of membership, the SQ provides the opportunity to demonstrate their suitability through other means, in accordance with the procurement documents.
Candidates cannot express an interest as a joint venture in the same lot if they express an interest as a single entity.
A form of guarantee will be required as part of this tender.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See procurement documentation.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Extended term is necessary due to
Programme uncertainty requires flexibility
Upfront investment: model requires initial investment to enable efficiencies
Cultural Alignment: model requires long term alignment
Market Capability: enables HE to drive industry change
Skills Shortage: enables investment in skills
For further detail please refer to the Descriptive Document
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 18/01/2019
Local time: 13:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)