Award

Midlands Highways Alliance Plus (MHA+): Professional Services Partnership 4 (PSP4)

LEICESTERSHIRE COUNTY COUNCIL (ON BEHALF OF MIDLANDS HIGHWAYS ALLIANCE PLUS) (MHA+)

This public procurement record has 5 releases in its history.

Award

07 Sep 2023 at 10:43

Award

13 Jun 2023 at 11:33

TenderUpdate

22 Feb 2023 at 12:30

Tender

21 Feb 2023 at 14:20

Planning

14 Apr 2022 at 09:12

Summary of the contracting process

The Midlands Highways Alliance Plus (MHA+) has completed the awarding process for the "Professional Services Partnership 4 (PSP4)" tender, offered by Leicestershire County Council on its behalf. This tender encompasses architectural, construction, engineering, and inspection services within the services category. The framework allows MHA+ members to place orders with awarded suppliers, creating stand-alone contracts. The estimated total value of the framework ranges from £120,000,000 to £950,000,000, covering a wide scope of services related to highways and infrastructure.

This tender presents significant business growth opportunities for firms capable of delivering consultancy services, temporary professional staff, and secondments. Companies with expertise in highway improvements, maintenance, infrastructure works, and related services would find this tender well-suited for competition. Leicestershire County Council acts as the contracting authority for MHA+, providing a platform for various organisations to engage in the delivery of infrastructure projects and services to enhance the region's highways and related infrastructure.

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

Midlands Highways Alliance Plus (MHA+): Professional Services Partnership 4 (PSP4)

Notice Description

The PSP 4 Framework scope includes all services required for the execution of the design and supervision of highway, civil and municipal engineering works. The PSP 4 Framework Agreement is based upon the NEC 4 Framework Contract (June 2017), and is split into two lots, one for Consultancy Services and one for Temporary Professional Staff & Secondments. The Scope of the PSP 4 Framework is broad and intended to cover all aspects of MHA+ Members' highways related requirements. This may be in relation to wider highway service delivery as well as delivery of the capital works programme. The work may be packaged as projects that cover complete scheme delivery or specific tasks or specialisms to enable authorities to deliver a range of services, including major highway improvements, highway maintenance and road safety projects, town centre regeneration schemes and transport studies. Typical services may involve, but not exclusively relate to: highway improvements, highway maintenance, highway infrastructure works (including bridges, subways, culverts and retaining walls), public realm works (town centre enhancements), drainage improvements, canal works and other infrastructure works such as waste management facilities. A more comprehensive list of services included within the framework scope is included at Annex A of the Framework Information. For the purposes of this tender process, Leicestershire County Council is acting as the Client and the Contracting Authority on behalf of the Midlands Highway Alliance Plus (MHA+). Once the Framework Agreement is awarded, any organisation who is a member of the MHA+ (this includes any organisation that may become a member during the Framework Term), will be able to place an Order under it with a Framework Supplier. Each Order will create a separate, stand-alone contract between the MHA+ Member who placed it and the Supplier. Leicestershire County Council will have no liability except in relation to Orders which it places itself. Any member of the MHA+ will be eligible to place orders under this framework, A full, up to date list of MHA+ members can be found on the MHA+ website https://www.mhaplus.org.uk/about-us/membership/ The estimated total value of the framework (all Lots) is a range between PS120,000,000 - PS950,000,000. The higher range of this value banding reflects forecasts based on all extension options being taken and factoring in projected growth and estimated inflation.

Lot Information

Consultancy Services

The Scope of the PSP 4 Framework is broad and intended to cover all aspects of MHA+ Members' highways related requirements. This may be in relation to wider highway service delivery as well as delivery of the capital works programme. The work may be packaged as projects that cover complete scheme delivery or specific tasks or specialisms to enable authorities to deliver a range of services, including major highway improvements, highway maintenance and road safety projects, town centre regeneration schemes and transport studies. Suppliers must be capable of delivering all of the services set out in the Framework Information , covering all specialisms / activities, for all regions that they have been awarded. Orders in Lot 1 will be issued using the core clauses of either: - NEC 4 Professional Services Short Contract (PSSC) (June 2017); or - NEC 4 Professional Services Contract (PSC) (June 2017) NEC 4 secondary option clauses (in particular the X clauses) are available for a Client to use for specific Orders at the sole discretion of the individual Client.

Options: The Framework Agreement shall include options to extend for two periods of up to two years each, up to a maximum of a further 4 years in total. The Framework Client reserves the right to extend both Lots, one Lot only, or neither Lot of the Framework Agreement. The criteria for extending the Framework end date will include, but not be limited to: a) the value of the Orders placed does not exceed that stated in the Find a Tender Service (FTS) notice; b) The performance of the Suppliers c) Suppliers have passed a further financial check consistent with the checks carried out at the Selection Questionnaire stage of the framework tender process d) the Framework is meeting the MHA+ Members' requirements and procurement strategies. e) Benchmarking indicating that the Suppliers and Framework as a whole are providing good value for money for MHA+ Members.

Renewal: The Framework Agreement shall include options to extend for two periods of up to two years each, up to a maximum of a further 4 years in total. The Framework Client reserves the right to extend both Lots, one Lot only, or neither Lot of the Framework Agreement. The criteria for extending the Framework end date will include, but not be limited to: a) the value of the Orders placed does not exceed that stated in the Find a Tender Service (FTS) notice; b) The performance of the Suppliers c) Suppliers have passed a further financial check consistent with the checks carried out at the Selection Questionnaire stage of the framework tender process d) the Framework is meeting the MHA+ Members' requirements and procurement strategies. e) Benchmarking indicating that the Suppliers and Framework as a whole are providing good value for money for MHA+ Members.

Temporary Professional Staff & Secondments

The scope of the PSP 4 Framework is broad and intended to cover all aspects of MHA+ Members' highways-related requirements This may be in relation to wider highway service delivery as well as delivery of the capital works programme. Temporary professional staff or secondments are required to enable authorities to deliver a range of services, including major highway improvements, highway maintenance and road safety projects, town centre regeneration schemes and transport studies and may be drawn from a variety of highway and transportation specialisms. Suppliers must be capable of providing staff capable of delivering all services set out in the Framework Information. Orders in Lot 2 will be issued using the core clauses of the NEC 4 Professional Services Short Contract (PSSC) (June 2017).

Options: The Framework Agreement shall include options to extend for two periods of up to two years each, up to a maximum of a further 4 years in total. The Framework Client reserves the right to extend both Lots, one Lot only, or neither Lot of the Framework Agreement. The criteria for extending the Framework end date will include, but not be limited to: a) the value of the Orders placed does not exceed that stated in the Find a Tender Service (FTS) notice; b) The performance of the Suppliers c) Suppliers have passed a further financial check consistent with the checks carried out at the Selection Questionnaire stage of the framework tender process d) the Framework is meeting the MHA+ Members' requirements and procurement strategies. e) Benchmarking indicating that the Suppliers and Framework as a whole are providing good value for money for MHA+ Members.

Renewal: The Framework Agreement shall include options to extend for two periods of up to two years each, up to a maximum of a further 4 years in total. The Framework Client reserves the right to extend both Lots, one Lot only, or neither Lot of the Framework Agreement. The criteria for extending the Framework end date will include, but not be limited to: a) the value of the Orders placed does not exceed that stated in the Find a Tender Service (FTS) notice; b) The performance of the Suppliers c) Suppliers have passed a further financial check consistent with the checks carried out at the Selection Questionnaire stage of the framework tender process d) the Framework is meeting the MHA+ Members' requirements and procurement strategies. e) Benchmarking indicating that the Suppliers and Framework as a whole are providing good value for money for MHA+ Members.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-032daf
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026452-2023
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45000000 - Construction work

71000000 - Architectural, construction, engineering and inspection services

79410000 - Business and management consultancy services

79420000 - Management-related services

79600000 - Recruitment services

90710000 - Environmental management

Notice Value(s)

Tender Value
£950,000,000 £100M-£1B
Lots Value
£960,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
£229,740 £100K-£500K

Notice Dates

Publication Date
7 Sep 20232 years ago
Submission Deadline
5 Apr 2023Expired
Future Notice Date
13 Apr 2022Expired
Award Date
31 Aug 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

Contracting Authority (Buyer)

Main Buyer
LEICESTERSHIRE COUNTY COUNCIL (ON BEHALF OF MIDLANDS HIGHWAYS ALLIANCE PLUS) (MHA+)
Additional Buyers

BARNSLEY METROPOLITAN BOROUGH COUNCIL

LEICESTERSHIRE COUNTY COUNCIL

LEICESTERSHIRE COUNTY COUNCIL (ON BEHALF OF MIDLANDS HIGHWAYS ALLIANCE PLUS (MHA+))

MIDLANDS HIGHWAY ALLIANCE PLUS (MHA+)

Contact Name
Beth Taylor, Dave Kingston, Karen Notman, Mr Dave Kingston, Ms Harmeet Bhatti
Contact Email
bethantaylor@barnsley.gov.uk, dave.kingston@leics.gov.uk, harmeet.bhatti@leics.gov.uk, karen.notman@leics.gov.uk
Contact Phone
+44 01163051490, +44 1163052085, +44 1226770770

Buyer Location

Locality
LEICESTER
Postcode
LE3 8RA
Post Town
Leicester
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE3 South Yorkshire
Small Region (ITL 3)
TLE33 Barnsley
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLE31 Barnsley, Doncaster and Rotherham, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Barnsley
Electoral Ward
Central
Westminster Constituency
Barnsley North

Supplier Information

Number of Suppliers
6
Supplier Names

AECOM

AMEY OW

BARNSLEY METROPOLITAN BOROUGH COUNCIL

MATCHTECH GROUP

WATERMAN ASPEN

WSP

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-h6vhtk-032daf-2023-09-07T11:43:22+01:00",
    "date": "2023-09-07T11:43:22+01:00",
    "ocid": "ocds-h6vhtk-032daf",
    "initiationType": "tender",
    "tender": {
        "id": "DN657261",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Midlands Highways Alliance Plus (MHA+): Professional Services Partnership 4 (PSP4)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "mainProcurementCategory": "services",
        "description": "The PSP 4 Framework scope includes all services required for the execution of the design and supervision of highway, civil and municipal engineering works. The PSP 4 Framework Agreement is based upon the NEC 4 Framework Contract (June 2017), and is split into two lots, one for Consultancy Services and one for Temporary Professional Staff & Secondments. The Scope of the PSP 4 Framework is broad and intended to cover all aspects of MHA+ Members' highways related requirements. This may be in relation to wider highway service delivery as well as delivery of the capital works programme. The work may be packaged as projects that cover complete scheme delivery or specific tasks or specialisms to enable authorities to deliver a range of services, including major highway improvements, highway maintenance and road safety projects, town centre regeneration schemes and transport studies. Typical services may involve, but not exclusively relate to: highway improvements, highway maintenance, highway infrastructure works (including bridges, subways, culverts and retaining walls), public realm works (town centre enhancements), drainage improvements, canal works and other infrastructure works such as waste management facilities. A more comprehensive list of services included within the framework scope is included at Annex A of the Framework Information. For the purposes of this tender process, Leicestershire County Council is acting as the Client and the Contracting Authority on behalf of the Midlands Highway Alliance Plus (MHA+). Once the Framework Agreement is awarded, any organisation who is a member of the MHA+ (this includes any organisation that may become a member during the Framework Term), will be able to place an Order under it with a Framework Supplier. Each Order will create a separate, stand-alone contract between the MHA+ Member who placed it and the Supplier. Leicestershire County Council will have no liability except in relation to Orders which it places itself. Any member of the MHA+ will be eligible to place orders under this framework, A full, up to date list of MHA+ members can be found on the MHA+ website https://www.mhaplus.org.uk/about-us/membership/ The estimated total value of the framework (all Lots) is a range between PS120,000,000 - PS950,000,000. The higher range of this value banding reflects forecasts based on all extension options being taken and factoring in projected growth and estimated inflation.",
        "lots": [
            {
                "id": "1",
                "description": "The Scope of the PSP 4 Framework is broad and intended to cover all aspects of MHA+ Members' highways related requirements. This may be in relation to wider highway service delivery as well as delivery of the capital works programme. The work may be packaged as projects that cover complete scheme delivery or specific tasks or specialisms to enable authorities to deliver a range of services, including major highway improvements, highway maintenance and road safety projects, town centre regeneration schemes and transport studies. Suppliers must be capable of delivering all of the services set out in the Framework Information , covering all specialisms / activities, for all regions that they have been awarded. Orders in Lot 1 will be issued using the core clauses of either: - NEC 4 Professional Services Short Contract (PSSC) (June 2017); or - NEC 4 Professional Services Contract (PSC) (June 2017) NEC 4 secondary option clauses (in particular the X clauses) are available for a Client to use for specific Orders at the sole discretion of the individual Client.",
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Agreement shall include options to extend for two periods of up to two years each, up to a maximum of a further 4 years in total. The Framework Client reserves the right to extend both Lots, one Lot only, or neither Lot of the Framework Agreement. The criteria for extending the Framework end date will include, but not be limited to: a) the value of the Orders placed does not exceed that stated in the Find a Tender Service (FTS) notice; b) The performance of the Suppliers c) Suppliers have passed a further financial check consistent with the checks carried out at the Selection Questionnaire stage of the framework tender process d) the Framework is meeting the MHA+ Members' requirements and procurement strategies. e) Benchmarking indicating that the Suppliers and Framework as a whole are providing good value for money for MHA+ Members."
                },
                "status": "cancelled",
                "title": "Consultancy Services",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality (including Social Value)",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 432000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Framework Agreement shall include options to extend for two periods of up to two years each, up to a maximum of a further 4 years in total. The Framework Client reserves the right to extend both Lots, one Lot only, or neither Lot of the Framework Agreement. The criteria for extending the Framework end date will include, but not be limited to: a) the value of the Orders placed does not exceed that stated in the Find a Tender Service (FTS) notice; b) The performance of the Suppliers c) Suppliers have passed a further financial check consistent with the checks carried out at the Selection Questionnaire stage of the framework tender process d) the Framework is meeting the MHA+ Members' requirements and procurement strategies. e) Benchmarking indicating that the Suppliers and Framework as a whole are providing good value for money for MHA+ Members."
                }
            },
            {
                "id": "2",
                "title": "Temporary Professional Staff & Secondments",
                "description": "The scope of the PSP 4 Framework is broad and intended to cover all aspects of MHA+ Members' highways-related requirements This may be in relation to wider highway service delivery as well as delivery of the capital works programme. Temporary professional staff or secondments are required to enable authorities to deliver a range of services, including major highway improvements, highway maintenance and road safety projects, town centre regeneration schemes and transport studies and may be drawn from a variety of highway and transportation specialisms. Suppliers must be capable of providing staff capable of delivering all services set out in the Framework Information. Orders in Lot 2 will be issued using the core clauses of the NEC 4 Professional Services Short Contract (PSSC) (June 2017).",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality (including Social Value)",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 528000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Agreement shall include options to extend for two periods of up to two years each, up to a maximum of a further 4 years in total. The Framework Client reserves the right to extend both Lots, one Lot only, or neither Lot of the Framework Agreement. The criteria for extending the Framework end date will include, but not be limited to: a) the value of the Orders placed does not exceed that stated in the Find a Tender Service (FTS) notice; b) The performance of the Suppliers c) Suppliers have passed a further financial check consistent with the checks carried out at the Selection Questionnaire stage of the framework tender process d) the Framework is meeting the MHA+ Members' requirements and procurement strategies. e) Benchmarking indicating that the Suppliers and Framework as a whole are providing good value for money for MHA+ Members."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "status": "cancelled",
                "options": {
                    "description": "The Framework Agreement shall include options to extend for two periods of up to two years each, up to a maximum of a further 4 years in total. The Framework Client reserves the right to extend both Lots, one Lot only, or neither Lot of the Framework Agreement. The criteria for extending the Framework end date will include, but not be limited to: a) the value of the Orders placed does not exceed that stated in the Find a Tender Service (FTS) notice; b) The performance of the Suppliers c) Suppliers have passed a further financial check consistent with the checks carried out at the Selection Questionnaire stage of the framework tender process d) the Framework is meeting the MHA+ Members' requirements and procurement strategies. e) Benchmarking indicating that the Suppliers and Framework as a whole are providing good value for money for MHA+ Members."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79410000",
                        "description": "Business and management consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79420000",
                        "description": "Management-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90710000",
                        "description": "Environmental management"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF"
                    },
                    {
                        "region": "UKG"
                    },
                    {
                        "region": "UKH"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKE31"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79410000",
                        "description": "Business and management consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79420000",
                        "description": "Management-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79600000",
                        "description": "Recruitment services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90710000",
                        "description": "Environmental management"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-04-14T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "value": {
            "amount": 950000000,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=3999465a-cab1-ed11-811f-005056b64545",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As specified in the tender documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 5,
                "periodRationale": "The PSP4 Framework sits alongside the MHA+ Medium Schemes Framework 4 (MSF4) for scheme construction https://www.mhaplus.org.uk/work-streams/medium-schemes. Scheme delivery may involve the Suppliers of both of these frameworks, with the expectation that the Suppliers in Lot 1 and individual staff on Lot 2 will be appointed to support on a number of these schemes. Recognizing the nature, size and complexity of MHA+ member schemes, it is deemed appropriate to align the term of this Professional Services Partnership 4 framework with the MHA+ MSF4 framework, which is also 4 + 2 + 2 years. In light of the MSF4 context and nature of the schemes, limiting the framework term to 4 years appears disproportionally short and does not allow for the full realisation of benefits of performance management, collaboration and continuous improvement."
            }
        },
        "tenderPeriod": {
            "endDate": "2023-04-05T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2023-04-05T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-04-05T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "The PSP 4 Framework scope includes all services required for the execution of the design and supervision of highway, civil and municipal engineering works. The PSP 4 Framework Agreement is based upon the NEC 4 Framework Contract (June 2017), and is split into two lots, one for Consultancy Services and one for Temporary Professional Staff & Secondments. The Scope of the PSP 4 Framework is broad and intended to cover all aspects of MHA+ Members' highways related requirements. This may be in relation to wider highway service delivery as well as delivery of the capital works programme. The work may be packaged as projects that cover complete scheme delivery or specific tasks or specialisms to enable authorities to deliver a range of services, including major highway improvements, highway maintenance and road safety projects, town centre regeneration schemes and transport studies. Typical services may involve, but not exclusively relate to: highway improvements, highway maintenance, highway infrastructure works (including bridges, subways, culverts and retaining walls), public realm works (town centre enhancements), drainage improvements, canal works and other infrastructure works such as waste management facilities. A more comprehensive list of services included within the framework scope is included at Annex A to this Framework Information. For the purposes of this tender process, Leicestershire County Council is acting as the Client and the Contracting Authority on behalf of the Midlands Highway Alliance Plus (MHA+). Once the Framework Agreement is awarded, any organisation who is a member of the MHA+ (this includes any organisation that may become a member during the Framework Term), will be able to place an Order under it with a Framework Supplier. Each Order will create a separate, stand-alone contract between the MHA+ Member who placed it and the Supplier. Leicestershire County Council will have no liability except in relation to Orders which it places itself. The estimated total value of the framework (all Lots) is a range between PS120,000,000 - PS960,000,000. The higher range of this value banding reflects forecasts based on all extension options being taken and factoring in projected growth and estimated inflation. Against each Lot only the highest estimated range has been provided."
                        },
                        "newValue": {
                            "text": "The PSP 4 Framework scope includes all services required for the execution of the design and supervision of highway, civil and municipal engineering works. The PSP 4 Framework Agreement is based upon the NEC 4 Framework Contract (June 2017), and is split into two lots, one for Consultancy Services and one for Temporary Professional Staff & Secondments. The Scope of the PSP 4 Framework is broad and intended to cover all aspects of MHA+ Members' highways related requirements. This may be in relation to wider highway service delivery as well as delivery of the capital works programme. The work may be packaged as projects that cover complete scheme delivery or specific tasks or specialisms to enable authorities to deliver a range of services, including major highway improvements, highway maintenance and road safety projects, town centre regeneration schemes and transport studies. Typical services may involve, but not exclusively relate to: highway improvements, highway maintenance, highway infrastructure works (including bridges, subways, culverts and retaining walls), public realm works (town centre enhancements), drainage improvements, canal works and other infrastructure works such as waste management facilities. A more comprehensive list of services included within the framework scope is included at Annex A to this Framework Information. For the purposes of this tender process, Leicestershire County Council is acting as the Client and the Contracting Authority on behalf of the Midlands Highway Alliance Plus (MHA+). Once the Framework Agreement is awarded, any organisation who is a member of the MHA+ (this includes any organisation that may become a member during the Framework Term), will be able to place an Order under it with a Framework Supplier. Each Order will create a separate, stand-alone contract between the MHA+ Member who placed it and the Supplier. Leicestershire County Council will have no liability except in relation to Orders which it places itself. The estimated total value of the framework (all Lots) is a range between PS120,000,000 - PS960,000,000. The higher range of this value banding reflects forecasts based on all extension options being taken and factoring in projected growth and estimated inflation. Against each Lot only the highest estimated range has been provided. Framework call-offs will be undertaken within the administrative boundaries of the existing MHA+ Members (on behalf of the local authorities concerned or any other publicly-funded body working in conjunction with the MHA+ members), and other such bodies located within or adjacent to the geographical Midlands area that become members of the MHA+ during the currency of this Agreement. Any member of the MHA+ will be eligible to place orders under this framework, A full, up to date list of MHA+ members can be found on the MHA+ website https://www.mhaplus.org.uk/about-us/membership/"
                        },
                        "where": {
                            "section": "II.1.4",
                            "label": "addition at bottom of II.1.4 text field"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-1411",
            "name": "Leicestershire County Council",
            "identifier": {
                "legalName": "Leicestershire County Council"
            },
            "address": {
                "streetAddress": "County Hall, Leicester Road, Glenfield",
                "locality": "Leicester",
                "region": "UKC",
                "postalCode": "LE3 8RA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ms Harmeet Bhatti",
                "telephone": "+44 1163052085",
                "email": "harmeet.bhatti@leics.gov.uk",
                "url": "https://procontract.due-north.com/Advert/Index?advertId=da2fa559-cfbb-ec11-8113-005056b64545"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.eastmidstenders.org/index.html",
                "buyerProfile": "https://www.eastmidstenders.org/index.html",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-50084",
            "name": "Midlands Highway Alliance Plus (MHA+)",
            "identifier": {
                "legalName": "Midlands Highway Alliance Plus (MHA+)"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Glenfield",
                "region": "UKC",
                "postalCode": "LE3 8RA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Karen Notman",
                "email": "karen.notman@leics.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.mhaweb.org.uk/"
            }
        },
        {
            "id": "GB-FTS-75802",
            "name": "Leicestershire County Council (on behalf of Midlands Highways Alliance Plus) (MHA+)",
            "identifier": {
                "legalName": "Leicestershire County Council (on behalf of Midlands Highways Alliance Plus) (MHA+)"
            },
            "address": {
                "streetAddress": "County Hall, Leicester Road, Glenfield",
                "locality": "Leicester",
                "region": "UK",
                "postalCode": "LE3 8RA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Dave Kingston",
                "telephone": "+44 01163051490",
                "email": "dave.kingston@leics.gov.uk",
                "url": "https://procontract.due-north.com/Advert/Index?advertId=3999465a-cab1-ed11-811f-005056b64545"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.eastmidstenders.org/index.html",
                "buyerProfile": "https://www.eastmidstenders.org/index.html",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-75803",
            "name": "Midlands Highway Alliance Plus (MHA+)",
            "identifier": {
                "legalName": "Midlands Highway Alliance Plus (MHA+)"
            },
            "address": {
                "streetAddress": "County Hall, Glenfield",
                "locality": "Leicester",
                "region": "UK",
                "postalCode": "LE3 8RA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Dave Kingston",
                "telephone": "+44 01163051490",
                "email": "dave.kingston@leics.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.mhaplus.org.uk",
                "buyerProfile": "https://www.eastmidstenders.org/index.html"
            }
        },
        {
            "id": "GB-FTS-1850",
            "name": "High Court of Justice",
            "identifier": {
                "legalName": "High Court of Justice"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-75841",
            "name": "Leicestershire County Council (on behalf of Midlands Highways Alliance Plus (MHA+))",
            "identifier": {
                "legalName": "Leicestershire County Council (on behalf of Midlands Highways Alliance Plus (MHA+))"
            },
            "address": {
                "streetAddress": "County Hall, Leicester Road, Glenfield",
                "locality": "Leicester",
                "region": "UK",
                "postalCode": "LE3 8RA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Dave Kingston",
                "telephone": "+44 01163051490",
                "email": "dave.kingston@leics.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.eastmidstenders.org/index.html",
                "buyerProfile": "https://www.eastmidstenders.org/index.html"
            }
        },
        {
            "id": "GB-FTS-33275",
            "name": "Barnsley Metropolitan Borough Council",
            "identifier": {
                "legalName": "Barnsley Metropolitan Borough Council",
                "id": "N/A"
            },
            "address": {
                "streetAddress": "Town Hall",
                "locality": "Barnsley, South Yorkshire",
                "region": "UKE31",
                "postalCode": "S70 2TA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Beth Taylor",
                "telephone": "+44 1226770770",
                "email": "BethanTaylor@barnsley.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.barnsley.gov.uk",
                "buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103835",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-85038",
            "name": "Barnsley Metropolitan Borough Council",
            "identifier": {
                "legalName": "Barnsley Metropolitan Borough Council"
            },
            "address": {
                "streetAddress": "Rosedene",
                "locality": "Barnsley",
                "region": "UKE31",
                "postalCode": "S729LQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "bethanlouise12345@gmail.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-1579",
            "name": "The High Court of Justice",
            "identifier": {
                "legalName": "The High Court of Justice"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-31967",
            "name": "High Court of Justice",
            "identifier": {
                "legalName": "High Court of Justice"
            },
            "address": {
                "streetAddress": "The Royal Courts of Justice, The Strand,",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-31968",
            "name": "The High Court of Justice",
            "identifier": {
                "legalName": "The High Court of Justice"
            },
            "address": {
                "streetAddress": "The Royal Courts of Justice, The Strand,",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-92017",
            "name": "Amey OW Ltd",
            "identifier": {
                "legalName": "Amey OW Ltd"
            },
            "address": {
                "streetAddress": "Chancery Exchange, 10 Furnival Street,",
                "locality": "London",
                "region": "UK",
                "postalCode": "EC4A 1AB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-92018",
            "name": "Waterman Aspen Ltd",
            "identifier": {
                "legalName": "Waterman Aspen Ltd"
            },
            "address": {
                "streetAddress": "Pickfords Wharf, Clink Street,",
                "locality": "London,",
                "region": "UK",
                "postalCode": "SE1 9DG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-92019",
            "name": "Aecom Ltd",
            "identifier": {
                "legalName": "Aecom Ltd"
            },
            "address": {
                "streetAddress": "Aldgate Tower, 2 Leman Street, United Kingdom,",
                "locality": "London,",
                "region": "UK",
                "postalCode": "E1 8FA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-92020",
            "name": "WSP UK Ltd",
            "identifier": {
                "legalName": "WSP UK Ltd"
            },
            "address": {
                "streetAddress": "Wsp House, 70 Chancery Lane,",
                "locality": "London,",
                "region": "UK",
                "postalCode": "WC2A 1AF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-92021",
            "name": "Matchtech Group UK Ltd",
            "identifier": {
                "legalName": "Matchtech Group UK Ltd"
            },
            "address": {
                "streetAddress": "1450 Parkway, Solent Business Park, Whiteley,",
                "locality": "Fareham, Hampshire",
                "region": "UK",
                "postalCode": "PO15 7AF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-75802",
        "name": "Leicestershire County Council (on behalf of Midlands Highways Alliance Plus) (MHA+)"
    },
    "language": "en",
    "awards": [
        {
            "id": "016705-2023-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-85038",
                    "name": "Barnsley Metropolitan Borough Council"
                }
            ]
        },
        {
            "id": "026452-2023-DN657261-1",
            "relatedLots": [
                "1"
            ],
            "title": "Consultancy Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-92017",
                    "name": "Amey OW Ltd"
                },
                {
                    "id": "GB-FTS-92019",
                    "name": "Aecom Ltd"
                },
                {
                    "id": "GB-FTS-92020",
                    "name": "WSP UK Ltd"
                }
            ]
        },
        {
            "id": "026452-2023-Temporary Professional Staff & Secondments-2",
            "relatedLots": [
                "2"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-92018",
                    "name": "Waterman Aspen Ltd"
                },
                {
                    "id": "GB-FTS-92021",
                    "name": "Matchtech Group UK Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "016705-2023-1",
            "awardID": "016705-2023-1",
            "status": "active",
            "value": {
                "amount": 229740.57,
                "currency": "GBP"
            },
            "dateSigned": "2021-09-01T00:00:00+01:00"
        },
        {
            "id": "026452-2023-DN657261-1",
            "awardID": "026452-2023-DN657261-1",
            "title": "Consultancy Services",
            "status": "active",
            "dateSigned": "2023-07-11T00:00:00+01:00"
        },
        {
            "id": "026452-2023-Temporary Professional Staff & Secondments-2",
            "awardID": "026452-2023-Temporary Professional Staff & Secondments-2",
            "status": "active",
            "dateSigned": "2023-08-21T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "10",
                "measure": "bids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "7",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "11",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "4",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 1000,
                "currency": "GBP"
            },
            {
                "id": "8",
                "measure": "lowestValidBidValue",
                "relatedLot": "2",
                "value": 1000,
                "currency": "GBP"
            },
            {
                "id": "5",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 432000000,
                "currency": "GBP"
            },
            {
                "id": "9",
                "measure": "highestValidBidValue",
                "relatedLot": "2",
                "value": 528000000,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "lowestValidBidValue",
                "value": 1000,
                "currency": "GBP"
            },
            {
                "id": "3",
                "measure": "highestValidBidValue",
                "value": 950000000,
                "currency": "GBP"
            }
        ]
    }
}