Notice Information
Notice Title
T0675 Network Development - Technical Partner 2021-24 Phase 2c
Notice Description
The following tasks are those that are required to complete this delivery work package i.e. production of multiple study reports. Please note that this phase builds on the scope of works set out in the initial contract. The section below attempts to summarise the full service being sought from suppliers, with more detailed description of the specific tasks listed in the later tables. The timelines are indicative based on current understanding of the process and any suggested hours/staff level involvement/number of meetings are indicative to help the tender submission. Where specific guidance is not given the supplier should explain any assumptions made in the methodology proposed. The overall project level scope of this study programme is to deliver, on a flexible basis, and as necessary the following technical services: 1. PCF Stage 0 studies 2. PCF 0 follow on work, which consists of additional technical services to assist NPD in responding to requests from our stakeholders for additional evidence 3. Pre-PCF 0 early investigation work as to the potential case for a study 4. Strategic studies 5. Programmatic assessments 6. Technical services as needed for the pipeline of RIS candidate projects going through early PCF stages. 7. The development of long-term strategies building on broad ranging transport research We will require the Consultant to align with the following: 1. Meet an agreed set of key milestones for each allocated study/workstream 2. Ensure spend is within agreed budget 3. Demonstrate efficiencies in programme and project management 4. Demonstrate an approach that will assist NPD in achieving the partnership aims listed in section 2 5. The Consultant's performance will be monitored in accordance with National Highways "Collaborative Performance Framework" (CPF). This will be used to: - Determine level of achievement of pre-defined outcomes within known timeframes and to cost - Ensure appropriate Consultant conduct and drive improved performance As part of our collaborative target for this commission it is expected that the Consultant and National Highways would both score a minimum of 6 for performance management reporting, and that both parties will aim for their performance scores to improve at the second bi-annual CPF assessment point, and again at any subsequent reviews should the end date of this commission extend to a further review.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-66f3e225-4054-4bed-be96-b648ffc19196
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/1eeee909-e3b9-4a57-b718-5ebadeff80fa
- 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
- £500,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- £499,999 £100K-£500K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Apr 20259 months ago
- Submission Deadline
- 24 Apr 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 28 Apr 202510 months ago
- Contract Period
- 28 Apr 2025 - 31 Oct 2026 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/1eeee909-e3b9-4a57-b718-5ebadeff80fa
30th April 2025 - Awarded contract notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-66f3e225-4054-4bed-be96-b648ffc19196-2025-04-30T10:43:15+01:00",
"date": "2025-04-30T10:43:15+01:00",
"ocid": "ocds-b5fd17-66f3e225-4054-4bed-be96-b648ffc19196",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_489227/1476072",
"title": "T0675 Network Development - Technical Partner 2021-24 Phase 2c",
"description": "The following tasks are those that are required to complete this delivery work package i.e. production of multiple study reports. Please note that this phase builds on the scope of works set out in the initial contract. The section below attempts to summarise the full service being sought from suppliers, with more detailed description of the specific tasks listed in the later tables. The timelines are indicative based on current understanding of the process and any suggested hours/staff level involvement/number of meetings are indicative to help the tender submission. Where specific guidance is not given the supplier should explain any assumptions made in the methodology proposed. The overall project level scope of this study programme is to deliver, on a flexible basis, and as necessary the following technical services: 1. PCF Stage 0 studies 2. PCF 0 follow on work, which consists of additional technical services to assist NPD in responding to requests from our stakeholders for additional evidence 3. Pre-PCF 0 early investigation work as to the potential case for a study 4. Strategic studies 5. Programmatic assessments 6. Technical services as needed for the pipeline of RIS candidate projects going through early PCF stages. 7. The development of long-term strategies building on broad ranging transport research We will require the Consultant to align with the following: 1. Meet an agreed set of key milestones for each allocated study/workstream 2. Ensure spend is within agreed budget 3. Demonstrate efficiencies in programme and project management 4. Demonstrate an approach that will assist NPD in achieving the partnership aims listed in section 2 5. The Consultant's performance will be monitored in accordance with National Highways \"Collaborative Performance Framework\" (CPF). This will be used to: - Determine level of achievement of pre-defined outcomes within known timeframes and to cost - Ensure appropriate Consultant conduct and drive improved performance As part of our collaborative target for this commission it is expected that the Consultant and National Highways would both score a minimum of 6 for performance management reporting, and that both parties will aim for their performance scores to improve at the second bi-annual CPF assessment point, and again at any subsequent reviews should the end date of this commission extend to a further review.",
"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": 500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Call-off from a framework agreement",
"tenderPeriod": {
"endDate": "2025-04-24T19:00:00+01:00"
},
"contractPeriod": {
"startDate": "2025-04-29T00:00:00+01:00",
"endDate": "2026-10-31T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-CFS-280524",
"name": "National Highways",
"identifier": {
"legalName": "National Highways"
},
"address": {
"streetAddress": "National Highways 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-280524",
"name": "National Highways"
},
"awards": [
{
"id": "ocds-b5fd17-66f3e225-4054-4bed-be96-b648ffc19196-1",
"status": "active",
"date": "2025-04-29T00:00:00+01:00",
"datePublished": "2025-04-30T10:43:15+01:00",
"value": {
"amount": 499999.99,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-285873",
"name": "Ove Arup & Partners Limited"
}
],
"contractPeriod": {
"startDate": "2025-04-29T00:00:00+01:00",
"endDate": "2026-10-31T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/1eeee909-e3b9-4a57-b718-5ebadeff80fa",
"datePublished": "2025-04-30T10:43:15+01:00",
"format": "text/html",
"language": "en"
}
]
}
]
}