Award

T0637 Speed Management literature review

NATIONAL HIGHWAYS

This public procurement record has 1 release in its history.

Award

28 Jan 2025 at 08:16

Summary of the contracting process

The procurement process initiated by National Highways for the project titled "T0637 Speed Management Literature Review" falls under the industry category of Development Consultancy Services (CPV: 73220000). This endeavour aims to support the "Road to Zero Harm" initiative by reviewing current speed management practices and developing a guiding set of principles within a speed management policy. National Highways, based in Birmingham, England, has utilised a selective procurement method via a call-off from a framework agreement. The tender period concluded on 2nd January 2025, with the contract period from 27th January 2025 to 31st March 2025. The awarded contract, valued at £23,858.96, was given to Ove Arup & Partners Limited, a large-scale supplier based in London.

This tender provides significant opportunities for businesses involved in development consultancy, particularly those with expertise in road safety and speed management research. Small and Medium Enterprises (SMEs) specialising in these services can leverage this project to demonstrate their capabilities and potentially secure further contracts within the public infrastructure sector. The focus on comprehensive literature review and policy development suited for an international context makes this procurement ideal for companies with previous experience in similar large-scale safety initiatives. The alignment with National Highways' broader Road to Zero Harm strategy underscores the importance and influence of this contract within the sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

T0637 Speed Management literature review

Notice Description

Speed management is a critical aspect of road safety and forms one of the pillars of the Safe System approach. This work directly supports the Road to Zero Harm project. Road to Zero Harm is an exciting and ambitious road safety initiative that we're championing to realise our vision, that no-one should be killed or seriously injured on our roads. The initial independent research, grounded in the Safe System approach, generated a comprehensive list of potential evidence-based safety measures. This list was then validated by experienced road safety practitioners. The Safe System considers how roads, vehicles, people, speeds, and post-collision care come together in the way we manage and improve safety. Workstream 5 of the road map relates specifically to speed. 'Optimise speed management on the SRN to align speeds to the road environment and the way the road is used'. Our initial consultation with regional colleagues suggests that the main regional speed management challenges are: - Responding to requests to lower the speed limit - Reviewing limits in places where the speed limit does not 'feel right' for the road environment In May 2024 a speed management module was launched within the Route Review Tool to model a variety of speed related countermeasures to assess their expected impact on improving safety along routes. To better support the organisation in adopting a consistent approach to speed management we are seeking to develop a guiding set of principles within a speed management policy to support decision making across the business. This policy will cover managing speeds across the existing network which could include reducing speed limits or encouraging compliance with existing limits. Variable speed limits on managed motorways and road works are out of scope for this policy. These areas are covered by existing guidance. To ensure this policy aligns with existing research and literature, National Highways are seeking a review of current speed management practice across the road industry. We are aware an international literature review has been undertaken by Transport for Scotland. We are keen to review this as a baseline for our literature review to build an evidence base to inform our approach.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-19cf8855-6852-45f2-b268-ef7c95d2eae6
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/fba06867-7c78-4303-8d80-52fed58224a3
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a framework agreement
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73220000 - Development consultancy services

Notice Value(s)

Tender Value
£23,858 Under £100K
Lots Value
Not specified
Awards Value
£23,858 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
28 Jan 20251 years ago
Submission Deadline
2 Jan 2025Expired
Future Notice Date
Not specified
Award Date
27 Jan 20251 years ago
Contract Period
27 Jan 2025 - 31 Mar 2025 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NATIONAL HIGHWAYS
Contact Name
Not specified
Contact Email
spats2@nationalhighways.co.uk
Contact Phone
Not specified

Buyer Location

Locality
BIRMINGHAM
Postcode
B1 1RN
Post Town
Birmingham
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG31 Birmingham
Delivery Location
Not specified

Local Authority
Birmingham
Electoral Ward
Ladywood
Westminster Constituency
Birmingham Ladywood

Supplier Information

Number of Suppliers
1
Supplier Name

OVE ARUP & PARTNERS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-19cf8855-6852-45f2-b268-ef7c95d2eae6-2025-01-28T08:16:43Z",
    "date": "2025-01-28T08:16:43Z",
    "ocid": "ocds-b5fd17-19cf8855-6852-45f2-b268-ef7c95d2eae6",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_471297/1446064",
        "title": "T0637 Speed Management literature review",
        "description": "Speed management is a critical aspect of road safety and forms one of the pillars of the Safe System approach. This work directly supports the Road to Zero Harm project. Road to Zero Harm is an exciting and ambitious road safety initiative that we're championing to realise our vision, that no-one should be killed or seriously injured on our roads. The initial independent research, grounded in the Safe System approach, generated a comprehensive list of potential evidence-based safety measures. This list was then validated by experienced road safety practitioners. The Safe System considers how roads, vehicles, people, speeds, and post-collision care come together in the way we manage and improve safety. Workstream 5 of the road map relates specifically to speed. 'Optimise speed management on the SRN to align speeds to the road environment and the way the road is used'. Our initial consultation with regional colleagues suggests that the main regional speed management challenges are: - Responding to requests to lower the speed limit - Reviewing limits in places where the speed limit does not 'feel right' for the road environment In May 2024 a speed management module was launched within the Route Review Tool to model a variety of speed related countermeasures to assess their expected impact on improving safety along routes. To better support the organisation in adopting a consistent approach to speed management we are seeking to develop a guiding set of principles within a speed management policy to support decision making across the business. This policy will cover managing speeds across the existing network which could include reducing speed limits or encouraging compliance with existing limits. Variable speed limits on managed motorways and road works are out of scope for this policy. These areas are covered by existing guidance. To ensure this policy aligns with existing research and literature, National Highways are seeking a review of current speed management practice across the road industry. We are aware an international literature review has been undertaken by Transport for Scotland. We are keen to review this as a baseline for our literature review to build an evidence base to inform our approach.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "73220000",
            "description": "Development consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 23858.96,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2025-01-02T19:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2025-01-27T00:00:00Z",
            "endDate": "2025-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-229658",
            "name": "National Highways",
            "identifier": {
                "legalName": "National Highways"
            },
            "address": {
                "streetAddress": "The Cube, 199 Wharfside Street",
                "locality": "Birmingham",
                "postalCode": "B1 1RN",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "spats2@nationalhighways.co.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-285873",
            "name": "Ove Arup & Partners Limited",
            "identifier": {
                "legalName": "Ove Arup & Partners Limited"
            },
            "address": {
                "streetAddress": "London"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-229658",
        "name": "National Highways"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-19cf8855-6852-45f2-b268-ef7c95d2eae6-1",
            "status": "active",
            "date": "2025-01-27T00:00:00Z",
            "datePublished": "2025-01-28T08:16:43Z",
            "value": {
                "amount": 23858.96,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-285873",
                    "name": "Ove Arup & Partners Limited"
                }
            ],
            "contractPeriod": {
                "startDate": "2025-01-27T00:00:00Z",
                "endDate": "2025-03-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/fba06867-7c78-4303-8d80-52fed58224a3",
                    "datePublished": "2025-01-28T08:16:43Z",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "description": "n/a",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3e8b5255-31c6-4b26-afe7-3302d2dc005f",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}