Award

T0674 Network Development Technical Partner 2021-24 2b

NATIONAL HIGHWAYS

This public procurement record has 1 release in its history.

Award

30 Apr 2025 at 09:27

Summary of the contracting process

The procurement process conducted by National Highways involves the "T0674 Network Development Technical Partner 2021-24 2b" project, categorised under development consultancy services. This project covers multiple geographical locations including the United Kingdom, British Overseas Territories, Channel Islands, Isle of Man, Europe, and other parts of the world. The procurement was executed using a selective method, specifically a call-off from a framework agreement. The award stage has been completed as of 30th April 2025, with the contract period running from 29th April 2025 to 31st October 2026. The overarching aim is to deliver a suite of technical services, including strategic studies, programmatic assessments, and development of long-term strategies, while adhering to the Collaborative Performance Framework of National Highways.

This tender offers significant opportunities for businesses in the development consultancy sector. Small and medium enterprises (SMEs) are particularly well-suited to leverage this opportunity, given their suitability for the project requirements. By collaborating effectively with National Highways, businesses can strengthen their portfolios through strategic studies and technical services for a range of projects. Participation in this project provides a platform to engage in high-level network development tasks and contribute to long-term transport strategy planning, thereby fostering potential for substantial business growth and expansion into new markets.

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

T0674 Network Development Technical Partner 2021-24 2b

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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-a9667f76-11bc-472b-9d3d-1e609dfcac8c
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/bd0e4ce5-19c5-45fd-a34b-af26811dae39
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

Contracting Authority (Buyer)

Main Buyer
NATIONAL HIGHWAYS
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Further Information

Notice Documents

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-a9667f76-11bc-472b-9d3d-1e609dfcac8c-2025-04-30T10:27:04+01:00",
    "date": "2025-04-30T10:27:04+01:00",
    "ocid": "ocds-b5fd17-a9667f76-11bc-472b-9d3d-1e609dfcac8c",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_489217/1476064",
        "title": "T0674 Network Development Technical Partner 2021-24 2b",
        "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-a9667f76-11bc-472b-9d3d-1e609dfcac8c-1",
            "status": "active",
            "date": "2025-04-29T00:00:00+01:00",
            "datePublished": "2025-04-30T10:27:04+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/bd0e4ce5-19c5-45fd-a34b-af26811dae39",
                    "datePublished": "2025-04-30T10:27:04+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}