Notice Information
Notice Title
Area 9 Maintenance and Response Contract (West Midlands)
Notice Description
This VEAT Notice relates to a Deed of Variation to a National Highways' Maintenance and Response Contract. This Contract currently provides and undertakes all cyclical and reactive maintenance, incident response, defect rectification and severe weather delivery on the trunk roads and motorways within Herefordshire, Shropshire, Staffordshire, Warwickshire, West Midlands and Worcestershire (National Highways Area 9) (the "Contract"). Duties also include maintenance of roadside technology, the provision of traffic management for the contractor, maintenance and incident response activities, and traffic management for others who may be working on the network. The variation will add three new roads into the Contract (covering half the A50 to the Toyota roundabout to the west) which are currently maintained under a Design Build Finance & Operate ("DBFO") contract which is due to expire on 30th June 2026. Consequently the total value of the Contract will increase by approximately 24%. It will also shorten the Contract which will have a new end date of 1st July 2029 instead of 30th June 2030 in order to align with the procurement process for the next Maintenance & Response contracts.
Lot Information
Lot 1
A Design Build Finance Operate (DBFO) contract covers half of the A50 to the Toyota roundabout from the west and expires on 30th June 2026. National Highways therefore must appoint an alternative maintenance contractor and it considers that the scope of these works is already included within this existing Maintenance and Response Contract which is adjacent geographically. Therefore these roads will be incorporated into this existing Maintenance and Response (M&R) Contract for Area 9 of the Strategic Road Network following the award of the Deed of Variation. This together with the need for national alignment of the expiry dates for all of the M&R contracts, ready for their re-procurement, means that the term of the Area 9 M&R Contract will be shortened and will have a new end date of 1st July 2029 instead of 30th June 2030. The new estimated total Contract value will be PS407,560,000.
Procurement Information
The modifications to the Contract fall within the permissible grounds set out under Regulation 72(1)(e) of the Public Contracts Regulations 2015 in that the modifications are not substantial within the meaning of Regulation 72(8) of the Public Contracts Regulations 2015 because: The inclusion of Design Build Finance and Operate (DBFO) roads into the Contract does not render the Contract materially different compared to when it was originally procured. The type of work originally required of the Contract (i.e. maintenance and response) is the same as that which it will carry out on the previous DBFO stretches of the Strategic Road Network, it is just a case that the total lane coverage to be maintained under the Contract increases. Adding the additional roads would not have changed the outcome of the original procurement in any way. The Contract will be fully operated in accordance with their current terms and pricing; As the current Contract will be operated for the new roads on the same terms and pricing, this does not alter the economic balance of the Contract in favour of the contractor; The change does not considerably alter the scope of the Contract as the works and services provided will remain unchanged and the roads have been included in this Contract because they are adjacent in terms of geographical scope also. Any increase in scope is also mitigated by a shortening in Contract term; This is not a change in contractor. In addition, National Highways also considers that the exemption at Regulation 72(1)(b) would in any event apply. This permits additional services or supplies that have become necessary and were not included in the initial procurement where a change of contractor cannot be made for economic or technical reasons and another supplier/procurement would cause significant inconvenience or substantial duplication of costs for the contracting authority; and where any increase in price does not exceed 50% of the value of the original Contract. The Deed of Variation ensures continuity of service on the Strategic Road Network and aligns with National Highways' wider asset delivery and procurement strategy, thereby safeguarding public value and network integrity. The Contract is being shortened to better align with the re-procurement strategy for all Maintenance & Response contracts. It would provide significant technical difficulties and duplication of procurement costs for National Highways to procure a contractor simply for this short stretch of network given the current re-procurement strategy.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02aeba
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/047874-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
34923000 - Road traffic-control equipment
45233130 - Construction work for highways
45233139 - Highway maintenance work
45233140 - Roadworks
45233141 - Road-maintenance works
45233210 - Surface work for highways
45310000 - Electrical installation work
45316200 - Installation of signalling equipment
50230000 - Repair, maintenance and associated services related to roads and other equipment
50800000 - Miscellaneous repair and maintenance services
71300000 - Engineering services
Notice Value(s)
- Tender Value
- £335,000,000 £100M-£1B
- Lots Value
- £335,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £735,860,000 £100M-£1B
Notice Dates
- Publication Date
- 12 Aug 20256 months ago
- Submission Deadline
- 9 Sep 2021Expired
- Future Notice Date
- 29 Jun 2021Expired
- Award Date
- 21 Dec 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NATIONAL HIGHWAYS
- Additional Buyers
- Contact Name
- Glenda Davies
- Contact Email
- area9mandrprocurement@highwaysengland.co.uk, info@nationalhighways.co.uk
- Contact Phone
- +44 03001235000
Buyer Location
- Locality
- BIRMINGHAM
- Postcode
- B1 1RN
- Post Town
- Birmingham
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ25 West Surrey
- Delivery Location
- TLG West Midlands (England)
-
- Local Authority
- Guildford
- Electoral Ward
- Stoke
- Westminster Constituency
- Guildford
Further Information
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-h6vhtk-02aeba-2025-08-12T10:03:05+01:00",
"date": "2025-08-12T10:03:05+01:00",
"ocid": "ocds-h6vhtk-02aeba",
"description": "The Contracting Authority intends to use an eTendering system in this procurement exercise. Suppliers Instructions on how to take part in this Tender: 1. Register for a free account at https://highways.bravosolution.co.uk 2. Click the 'ITTs Open To All Suppliers' link. (These are Invitations to Tender (ITT) open to any registered supplier). Click on the relevant ITT to access the content. Click the 'Express Interest' button at the top of the page. This will move the ITT into your 'My ITTs' page. (This is a secure area reserved for your projects only). You can now access the Tender Documents by clicking 'Buyer Attachments' in the 'ITT Details' box. 3. Click 'My Response' under 'ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). You can now use the 'Messages' function to communicate with Highways England and seek any clarification. Follow the onscreen instructions to complete the ITT. There may be a mixture of online and offline actions for you to perform. You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk. The successful tenderer will be required to sign the Highways England Fair Payment Charter as a condition of acceptance of their tender. As a supplier/organisation looking to bid for public sector contracts you should be aware that tender documentation for contracts over PS10,000 GBP will be published on a single website and made available to the public. You should also be aware that if your bid is successful the resulting contract will be published. In some circumstances, limited redactions will be made to tender documentation and/or contracts before they are published in order to comply with existing law, to protect commercial interests and for the protection of national security. Highways England are committed to ensuring public sector procurement is used, where possible, to promote skills training and open up apprenticeship opportunities on public sector projects and programmes. The successful Contractor will be appointed to fulfil the duties of Principal Contractor under the Construction (Design and Management) Regulations 2015. For further details please refer to the Instructions for Tenderers.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02aeba",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Area 9 Maintenance and Response Contract (West Midlands)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
"mainProcurementCategory": "works",
"description": "This VEAT Notice relates to a Deed of Variation to a National Highways' Maintenance and Response Contract. This Contract currently provides and undertakes all cyclical and reactive maintenance, incident response, defect rectification and severe weather delivery on the trunk roads and motorways within Herefordshire, Shropshire, Staffordshire, Warwickshire, West Midlands and Worcestershire (National Highways Area 9) (the \"Contract\"). Duties also include maintenance of roadside technology, the provision of traffic management for the contractor, maintenance and incident response activities, and traffic management for others who may be working on the network. The variation will add three new roads into the Contract (covering half the A50 to the Toyota roundabout to the west) which are currently maintained under a Design Build Finance & Operate (\"DBFO\") contract which is due to expire on 30th June 2026. Consequently the total value of the Contract will increase by approximately 24%. It will also shorten the Contract which will have a new end date of 1st July 2029 instead of 30th June 2030 in order to align with the procurement process for the next Maintenance & Response contracts.",
"value": {
"amount": 335000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "A Design Build Finance Operate (DBFO) contract covers half of the A50 to the Toyota roundabout from the west and expires on 30th June 2026. National Highways therefore must appoint an alternative maintenance contractor and it considers that the scope of these works is already included within this existing Maintenance and Response Contract which is adjacent geographically. Therefore these roads will be incorporated into this existing Maintenance and Response (M&R) Contract for Area 9 of the Strategic Road Network following the award of the Deed of Variation. This together with the need for national alignment of the expiry dates for all of the M&R contracts, ready for their re-procurement, means that the term of the Area 9 M&R Contract will be shortened and will have a new end date of 1st July 2029 instead of 30th June 2030. The new estimated total Contract value will be PS407,560,000.",
"status": "cancelled",
"value": {
"amount": 335000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"name": "Price",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "30"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
{
"scheme": "CPV",
"id": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233140",
"description": "Roadworks"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233210",
"description": "Surface work for highways"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45316200",
"description": "Installation of signalling equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50800000",
"description": "Miscellaneous repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKG"
},
{
"region": "UK"
},
{
"region": "UKG"
},
{
"region": "UK"
},
{
"region": "UKG"
},
{
"region": "UK"
},
{
"region": "UKG"
}
],
"deliveryLocation": {
"description": "Area 9 of the Strategic Road Network which includes Herefordshire, Shropshire, Staffordshire, Warwickshire, West Midlands and Worcestershire."
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2021-06-30T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "Area9M&RProcurement@highwaysengland.co.uk"
},
"newValue": {
"text": "Area9MandRProcurement@highwaysengland.co.uk"
},
"where": {
"section": "I.1",
"label": "Email address"
}
},
{
"oldValue": {
"text": "Highways England will be hosting a tender launch event on the morning of 11 June 2021 via Microsoft Teams. Further details will be issued to confirm how the event will take place. Expressions of interest are invited with interested suppliers requested to email, providing details of attendees to: Area9M&RProcurement@highwaysengland.co.uk no later than 3 June 2021. A maximum of 3 attendees per organisation will be permitted."
},
"newValue": {
"text": "Highways England will be hosting a tender launch event on the morning of 11 June 2021 via Microsoft Teams. Further details will be issued to confirm how the event will take place. Expressions of interest are invited with interested suppliers requested to email, providing details of attendees to: Area9MandRProcurement@highwaysengland.co.uk no later than 3 June 2021. A maximum of 3 attendees per organisation will be permitted."
},
"where": {
"section": "VI.3",
"label": "Additional Information"
}
}
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://highways.bravosolution.co.uk/web/login.shtml",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "A Parent Company Guarantee or equivalent form of security may be required at any time during the term of the contract. This may include where the financial standing of the applicant does not meet the required level as stated in the Selection Questionnaire. Further information will be set out in the Selection Questionnaire and accompanying guidance. Applicant companies are asked to note that Highways England may decline to award the contract to the highest scoring bidder where it is already the contractor for a certain number of existing Maintenance & Response and Asset Support Contracts. This is to maintain the resilience of the Highways England network. Contract award opportunities for applicant companies may therefore be prohibited on this basis. Full details of the network resilience test are provided within the Instruction for Tenderers (IfT) document. Contract dates stated are indicative and may be subject to change.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "A Parent Company Guarantee or equivalent form of security may be required at any time during the term of the contract. This may include where the financial standing of the applicant does not meet the required level as stated in the Selection Questionnaire. Further in formation will be set out in the Selection Questionnaire and accompanying guidance. Applicant companies are asked to note that Highways England may decline to award the contract to the highest scoring bidder where it is already the contractor for a certain number of existing Maintenance & Response and Asset Support Contracts. This is to maintain the resilience of the Highways England network. Contract award opportunities for applicant companies may therefore be prohibited on this basis. Full details of the network resilience test are provided within the Instructions for Tenderers (IfT) document."
},
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"tenderPeriod": {
"endDate": "2021-09-09T17:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"awardPeriod": {
"startDate": "2021-09-09T17:00:00+01:00"
},
"bidOpening": {
"date": "2021-09-09T17:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Highways England will incorporate a minimum 10 calendar day standstill period at the point information on award of the contract is communicated to candidates. Appeals must be lodged in accordance with the Public Contracts Regulations (SI 2015 No. 102) as amended.",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "The modifications to the Contract fall within the permissible grounds set out under Regulation 72(1)(e) of the Public Contracts Regulations 2015 in that the modifications are not substantial within the meaning of Regulation 72(8) of the Public Contracts Regulations 2015 because: The inclusion of Design Build Finance and Operate (DBFO) roads into the Contract does not render the Contract materially different compared to when it was originally procured. The type of work originally required of the Contract (i.e. maintenance and response) is the same as that which it will carry out on the previous DBFO stretches of the Strategic Road Network, it is just a case that the total lane coverage to be maintained under the Contract increases. Adding the additional roads would not have changed the outcome of the original procurement in any way. The Contract will be fully operated in accordance with their current terms and pricing; As the current Contract will be operated for the new roads on the same terms and pricing, this does not alter the economic balance of the Contract in favour of the contractor; The change does not considerably alter the scope of the Contract as the works and services provided will remain unchanged and the roads have been included in this Contract because they are adjacent in terms of geographical scope also. Any increase in scope is also mitigated by a shortening in Contract term; This is not a change in contractor. In addition, National Highways also considers that the exemption at Regulation 72(1)(b) would in any event apply. This permits additional services or supplies that have become necessary and were not included in the initial procurement where a change of contractor cannot be made for economic or technical reasons and another supplier/procurement would cause significant inconvenience or substantial duplication of costs for the contracting authority; and where any increase in price does not exceed 50% of the value of the original Contract. The Deed of Variation ensures continuity of service on the Strategic Road Network and aligns with National Highways' wider asset delivery and procurement strategy, thereby safeguarding public value and network integrity. The Contract is being shortened to better align with the re-procurement strategy for all Maintenance & Response contracts. It would provide significant technical difficulties and duplication of procurement costs for National Highways to procure a contractor simply for this short stretch of network given the current re-procurement strategy."
},
"parties": [
{
"id": "GB-FTS-8857",
"name": "Highways England",
"identifier": {
"legalName": "Highways England"
},
"address": {
"streetAddress": "The Cube, 199 Wharfside Street",
"locality": "Birmingham",
"region": "UK",
"postalCode": "B1 1RN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Area9MandRProcurement@highwaysengland.co.uk",
"name": "Glenda Davies",
"url": "https://highways.bravosolution.co.uk/web/login.shtml"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.highwaysengland.co.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-21386",
"name": "Highways England Company Limited",
"identifier": {
"legalName": "Highways England Company Limited"
},
"address": {
"streetAddress": "The Cube, 199 Wharfside Street",
"locality": "Birmingham",
"postalCode": "B1 1RN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Area9MandRProcurement@highwaysengland.co.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/highways-england"
}
},
{
"id": "GB-FTS-32209",
"name": "National Highways",
"identifier": {
"legalName": "National Highways"
},
"address": {
"streetAddress": "The Cube, 199 Wharfside Street",
"locality": "Birmingham",
"region": "UK",
"postalCode": "B1 1RN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Glenda Davies",
"email": "Area9MandRProcurement@highwaysengland.co.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"url": "http://www.nationalhighways.co.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-40387",
"name": "Colas Limited",
"identifier": {
"legalName": "Colas Limited"
},
"address": {
"locality": "Birmingham",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-139911",
"name": "National Highways",
"identifier": {
"legalName": "National Highways"
},
"address": {
"streetAddress": "Bridge House, Walnut Tree Close",
"locality": "Guildford",
"region": "UK",
"postalCode": "GU1 4LZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 03001235000",
"email": "info@nationalhighways.co.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"url": "http://www.nationalhighways.co.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-157659",
"name": "Colas Limited",
"identifier": {
"legalName": "Colas Limited"
},
"address": {
"streetAddress": "6210 Bishops Court, Birmingham Business, Park Solihull Parkway",
"locality": "Birmingham",
"region": "UKG",
"postalCode": "B37 7YB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-139911",
"name": "National Highways"
},
"language": "en",
"awards": [
{
"id": "000820-2022-1",
"relatedLots": [
"1"
],
"title": "Area 9 Maintenance and Response Contract (West Midlands)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-40387",
"name": "Colas Limited"
}
]
},
{
"id": "047874-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-157659",
"name": "Colas Limited"
}
]
}
],
"contracts": [
{
"id": "000820-2022-1",
"awardID": "000820-2022-1",
"title": "Area 9 Maintenance and Response Contract (West Midlands)",
"status": "active",
"value": {
"amount": 328300000,
"currency": "GBP"
},
"dateSigned": "2021-12-21T00:00:00Z"
},
{
"id": "047874-2025-1",
"awardID": "047874-2025-1",
"status": "active",
"value": {
"amount": 407560000,
"currency": "GBP"
},
"dateSigned": "2021-12-21T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
}
]
}
}