Powered by BravoSolution eSourcing Technology

EUROPEAN UNION Publication of Supplement to the Official Journal of the European Union 2, rue Mercier, 2985 Luxembourg, Fax +352 2929-42670 Luxembourg E-mail: [email protected] Info & on-line forms: http://simap.europa.eu

CONTRACT AWARD NOTICE

CONTRACT AWARD NOTICE

SECTION I: CONTRACTING AUTHORITY

I.1) NAME, ADDRESSES AND CONTACT POINT(S)

Official name: Highways Agency Postal address: Lateral Building, 8 City Walk Town: Postal code: Country: LS11 9AT UK Contact point(s): Telephone: https://highways.bravosolution.co.uk For the attention of: Laura Watson Email: Fax: [email protected]

Internet address(es) (if applicable)

1 / 15 Powered by BravoSolution eSourcing Technology

Internet address(es) (if applicable) General address of the contracting authority (URL):

Address of the buyer profile (URL):

I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES

Authority ■ National or federal agency/office

Other (please specify) ______

Activity ■ General public services ❑ Defence ❑ Public order and safety ❑ Environment ❑ Economic and financial affairs ❑ Health ❑ Housing and community amenities ❑ Social protection ❑ Recreation, culture and religion ❑ Education

Other (please specify)

The contracting authority is purchasing on behalf of other contracting authorities ■ yes

SECTION II: OBJECT OF THE CONTRACT

II.1) DESCRIPTION

II.1.1) Title attributed to the contract Area 10 Asset Support Contract

2 / 15 Powered by BravoSolution eSourcing Technology

II.1.2) Type of contract and location of works, place of delivery or of performance (Choose one category only – works, supplies or services–- which corresponds most to the specific object of your contract or purchase(s)) ■ (a) Works

Type ■ Design and execution

Type

Service category No

In case of contract for service categories 17 to 27 (see Annex C) , do you agree to the publication of this notice?

Main site or location of works, place of delivery or of performance Routes for Roads Maintenance, Renewal and Improvement elements, and Technology Renewal and Improvement elements: M6 Junction 16 to Junction 30, South end of Higher Walton Viaduct (immediately North of Juntion 30). Includes Wigan South link at Junction25 and link to A557 at Junction 26; M53 Junction 1 at the Docks. Includes Junction 2 Morton Spur to Junction 12(A55); M56 Junction 1 (M60 Junction 4) to Junction 16 start of A494; M57 Junction 1 (Tarbock Island) to Junction 7 (); M58 Switch Island (M57 Junction 7) to Junction 6; M60 Junction 1 to Junction 1 inclusive of 27 Junctions; M61 Junction 1 to M6 Junction 30; M62 Junction 6 Tarbock Roundabout including links to and from the M57 to Junction 12 (Eccles Interchange); M62 Junction 18 to Junction 22; M65 Junction 1a to Junction 10; M66 Junction 0 (A56) to Junction 4 (Simister Roundabout); M67 Junction 0 Denton Roundabout to Junction 4 (up to but excluding Mottram roundabout); M602 Junction1 to Junction 3 (Regent Road); A627M Start/End of A663 to Juntion 4 (A664); A41 M53 Junction 5 to A550; A55 Welsh Border to M53 Junction 12; A56 M66 Junction 0 to M65 Junction 8; A483 A55 to Welsh Border; A550 Welsh Border to A41 (M53 Junction 5); A556 M6 Junction 19 to M56 Junction 7 (Bowden Roundabout); A580 166m Approach to M6 Junction 23 both ways to M6 Junction 23; A663 A627 (M) Junction 1 to Moston Lane A663; A5036 Switch Island (M57-M58) to A5036 up to but excluding A565 Roundabout ( Ports); A5103 M56 Junction 3 to Northbank Walk/Riverside Ave (North of M60 Junction 5); A5117 A540 to M56 Junction 16 (Dunkirk Roundabout); A494 M56 Junction 16 to Welsh Border; A59 Switch Island (M57-M58) to Switch Island (M57-M58).

3 / 15 Powered by BravoSolution eSourcing Technology

Routes for Supervision/Management of Regional Technology Maintenance Contract: Cumbria, Lancashire; M6 between M6 Junction 30 and 31 to M6 Junction 45. M55 from M6 Junction to end of M55 at Junction 4 A585 from M55 Junction 3 to Albert Street/Park Street, Fleetwood. A590 from M6 Junction 36 up to and including A5087 Hindpool Road Roundabout, Barrow-in-Furness. A66 from County Durham boundary at Stainmore summit to A596 Junction at Hall Brow, Workington. A595 from Traffic Signal Controlled Junction at Calder Bridge to A66 Junction at Chapel Brow Roundabout. A74(M) from M6 Junction 45 to Scottish Border beyond Gretna Interchange. Cheshire, Merseyside, Greater and South Lancashire; M6 Junction 16 to Junction 30, South end of Higher Walton Viaduct (immediately North of Juntion 30). Includes Wigan South link at Junction25 and link to A557 at Junction 26; M53 Junction 1 at the Docks. Includes Junction 2 Morton Spur to Junction 12(A55); M56 Junction 1 (M60 Junction 4) to Junction 16 start of A494; M57 Junction 1 (Tarbock Island) to Junction 7 (Switch Island); M58 Switch Island (M57 Junction 7) to Junction 6; M60 Junction 1 to Junction 1 inclusive of 27 Junctions; M61 Junction 1 to M6 Junction 30; M62 Junction 6 Tarbock Roundabout including links to and from the M57 to Junction 12 (Eccles Interchange); M62 Junction 18 to Junction 22; M65 Junction 1a to Junction 10; M66 Junction 0 (A56) to Junction 4 Simister Roundabout); M67 Junction 0 Denton Roundabout to Junction 4 (up to but excluding Mottram roundabout); M602 Junction1 to Junction 3 (Regent Road); A627M Start/End of A663 to Juntion 4 (A664); A41 M53 Junction 5 to A550; A55 Welsh Border to M53 Junction 12; A56 M66 Junction 0 to M65 Junction 8; A483 A55 to Welsh Border; A550 Welsh Border to A41 (M53 Junction 5); A556 M6 Junction 19 to M56 Junction 7 (Bowden Roundabout); A580 166m Approach to M6 Junction 23 both ways to M6 Junction 23; A663 A627 (M) Junction 1 to Moston Lane A663; A5036 Switch Island (M57-M58) to A5036 up to but excluding A565 Roundabout (Liverpool Ports); A5103 M56 Junction 3 to Northbank Walk/Riverside Ave (North of M60 Junction 5); A5117 A540 to M56 Junction 16 (Dunkirk Roundabout); A494 M56 Junction 16 to Welsh Border; A59 Switch Island (M57-M58) to Switch Island (M57-M58).

NUTS code

II.1.3) The notice involves (if applicable)

II.1.4) Short description of the contract or purchase(s) The successful Contractor will be required to provide integrated network management, maintenance, improvement activities, incident management, event management and contingency planning on the all purpose trunk roads and motorways in Highways Agency (HA) Area 10 in accordance with HA's standards and objectives. Duties to include: Routine and cyclic road and bridges maintenance works, winter maintenance and delivery of road, structures/bridge and technology schemes in HA Area 10 up to a value of 4,000,000 GBP. Consideration is being given to increasing this limit up to a maximum of 8,000,000 GBP.

4 / 15 Powered by BravoSolution eSourcing Technology

The final contract documentation will confirm the limit; Co-location with and supervision/management of the Highways Agency Regional Technology Maintenance Contract (RTMC) for Area 10 and 13. Duties may also include the following: Provision of planning advice, design, co-ordination and supervision of maintenance (unlimited by value) and improvement schemes up to the value specified above. The management of works above this value if so instructed;

II.1.5) Common procurement vocabulary (CPV)

Main vocabulary Supplementary vocabulary (if applicable) Main object 45233139 Additional 45316200 object(s) 45310000 71322000 71322500 71320000 34923000 71300000 45223200 45233210 45233141 45221100 45233130 45233140

II.1.6) Contract covered by the Government Procurement Agreement (GPA) ■ yes

II.2) TOTAL FINAL VALUE OF CONTRACT(S)

II.2.1) Total final value of contract(s) (give figures only) (Please give only total final value, including all contracts, lots and options; for information about individual contracts, please fill section V. Award of contract)

Value 60 000 000,00

5 / 15 Powered by BravoSolution eSourcing Technology

or Lowest offer ______and highest offer ______

Currency ■ GBP

VAT rate (%) ______

SECTION IV: PROCEDURE

IV.1.1) Type of procedure ■ Restricted

Justification for the award of the contract without prior publication of a contract notice in the Official Journal of the European Union: please complete Annex D

IV.2) AWARD CRITERIA

IV.2.1) Award criteria (please tick the relevant box) ■ The most economically advantageous tender in terms of

Criteria Weighting 1 Price 50 2 Quality 50 3

IV.2.2) An electronic auction has been used

6 / 15 Powered by BravoSolution eSourcing Technology

■ no

IV.3) ADMINISTRATIVE INFORMATION

IV.3.1) File reference number attributed by the contracting authority (if applicable) ______

IV.3.2) Previous publication(s) concerning the same contract ■ yes

If yes (please fill in the appropriate boxes)

Notice number in the OJEU: ______of ______

Contract/DPS ■ Contract notice

Notice number in the OJEU: 2011/S 42-068322 of 02/03/2011

Voluntary ex ante transparency notice

Notice number in the OJEU: ______of ______

Other previous publications

7 / 15 Powered by BravoSolution eSourcing Technology

Notice number in the OJEU: ______of ______

Section Title ______

SECTION V: AWARD OF CONTRACT

CONTRACT NO: ______

LOT NO: TITLE

TITLE Area 10 Asset Support Contract

V.1) Date of contract award decision: 13/06/2012

V.2) NUMBER OF OFFERS RECEIVED: 5

V.3) NAME AND ADDRESS OF ECONOMIC OPERATOR IN FAVOUR OF WHOM A CONTRACT AWARD DECISION HAS BEEN TAKEN

Official name: Balfour Beatty Mott MacDonald JV Postal address: 86 Station Road

8 / 15 Powered by BravoSolution eSourcing Technology

Town: Postal code: Country: Redhill RH1 1PQ UK Email: Telephone: Internet address Fax:

V.4) INFORMATION ON VALUE OF CONTRACT (give figures only)

Initial estimated total value of the contract (if applicable) ______

Currency:

VAT rate (%) ______

Total final value of the contract

Value: 60 000 000 or Lowest offer ______and highest offer ______

Currency: ■ GBP

9 / 15 Powered by BravoSolution eSourcing Technology

VAT rate (%) ______

If annual or monthly value (please give): number of years 5 or number of months ______

V.5) THE CONTRACT IS LIKELY TO BE SUB-CONTRACTED

(if applicable) ■ no

If yes, value or proportion of the contract likely to be sub-contracted to third parties (give figures only):

Value excluding VAT: ______

Currency:

Proportion: ______

❑ Not known

Short description of the value/proportion of the contract to be sub-contracted (if known) ______------

SECTION VI: COMPLEMENTARY INFORMATION

10 / 15 Powered by BravoSolution eSourcing Technology

VI.1) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY COMMUNITY FUNDS ■ no

If yes, reference to project(s) and/or programme(s): ______

VI.2) ADDITIONAL INFORMATION (if applicable) This procurement falls within the scope of HM Revenue and Custom's Construction Industry Scheme.

The successful Contractor will be appointed to fulfil the duties of Principal Contractor and CDM Co-ordinator under the Construction (Design and Management) Regulation 2007.

The contract period may be extended by up to 36 months.

The value quoted in Sections II.2.1 and V.4 is the current estimate of spend per annum for the 5 year contract period plus any subsequent extensions.

The Contractor may be asked to provide services on local highway authority routes as part of collaboration projects.

Government Departments and Agencies are commited to ensuring public sector procurement is used, where possible, to promote skills training and open up apprenticeship opportunities on public sector projects and programmes. To support this commitment the Highways Agency Board has agreed a target to have one apprenticeship created for every £20m spent through a contract. HA Board has identified that Providers delivering the Asset Support Contract are expected to contribute in delivering this target.

VI.3) PROCEDURES FOR APPEAL

VI.3.1) Body responsible for appeal procedures

Official name: See details at VI.4.2 Postal address:

11 / 15 Powered by BravoSolution eSourcing Technology

Town: Postal code: Country: Email: Telephone: Internet address (URL): Fax:

Body responsible for mediation procedures (if applicable)

Official name: Postal address: Town: Postal code: Country: Email: Telephone: Internet address (URL): Fax:

VI.3.2) Lodging of appeals (please fill heading VI.3.2 or, if need be, heading VI.3.3)

Precise information on deadline(s) for lodging appeals: The Highways Agency allowed a minimum 10 calendar day standstill period at the point information on award of the contract was communicated to tenderers.

Appeals should be lodged in accordance with the Public Contracts Regulations 2006 (SI 2006 no 5) as amended.

12 / 15 Powered by BravoSolution eSourcing Technology

VI.3.3) Service from which information about the lodging of appeals may be obtained

Official name: Postal address: Town: Postal code: Country: Email: Telephone: Internet address (URL): Fax:

VI.4) DATE OF DISPATCH OF THIS NOTICE: 21/06/2012

ANNEX D

JUSTIFICATION FOR THE AWARD OF THE CONTRACT WITHOUT PRIOR PUBLICATION OF A CONTRACT NOTICE IN THE OFFICIAL JOURNAL OF THE EUROPEAN UNION

JUSTIFICATION FOR THE CHOICE OF THE NEGOTIATED PROCEDURE WITHOUT PRIOR CALL FOR COMPETITION

Please provide hereunder a justification for the award of the contract without prior publication of a contract notice in the Official Journal of the European Union. This justification must be in accordance with the relevant Articles in Directive 2004/18/EC. (In terms of Directive 89/665/EEC on Remedies, as amended by Directive 2007/66/EC, the time-limit for application for review referred to in art. 2f(1)(a), 1st indent, can be reduced if the notice contains a justification of the contracting authority's decision to award the contract without prior publication of a contract notice in the Official Journal of the European Union. In order to benefit from this reduced time-limit, please tick the relevant box(es) and provide the additional

13 / 15 Powered by BravoSolution eSourcing Technology information below). Justification for the choice of the negociated procedure without prior publication of a contract notice in the OJEU in accordance with art. 31 of Directive2004/18/EC a) No tenders or no suitable tenders in response to:

b) The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the Directive (for supplies only)

c) The works/goods/services can be provided only by a particular tenderer for reasons that are:

❑ - Technical

❑ - Artistic

❑ - Connected with the protection of exclusive rights

d) Extreme urgency brought about by events unforeseeable by the contracting authority and in accordance with the strict conditions stated in the Directive

e) Additional works/deliveries/services are ordered under the strict conditions stated in the Directive

f) New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the Directive

g) Service contract awarded to the successful candidate or one of them after a design contest

h) For supplies quoted and purchased on a commodity market

i) For the purchase of supplies on particularly advantageous terms:

14 / 15 Powered by BravoSolution eSourcing Technology

j) All tenders submitted in reply to an open procedure, a restricted procedure or competitive dialogue were irregular or inacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria.

Other Justification for the award of the contract without prior publication of a contract notice in the OJEU

In order to benefit from the reduced time-limit referred to above, in addition to the box(es) to be ticked above, please explain in a clear and comprehensive manner why the award of the contract without prior publication of a contract notice in the Official Journal of the European Union is lawful, by stating in any case the relevant facts and, as appropriate, the conclusions of law in accordance with the Articles in Directive 2004/18/EC (500 words maximum).

______

15 / 15