Asset Delivery (AD) South West - Maintenance & Response Contract (MRC)
A Voluntary Ex-Ante Transparency (VEAT) Notice
by NATIONAL HIGHWAYS
- Source
- Find a Tender
- Type
- Contract (Works)
- Duration
- not specified
- Value
- £406M
- Sector
- CONSTRUCTION
- Published
- 12 Aug 2025
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
Somerset, North Somerset, South Gloucestershire, Bath & North East Somerset, Gloucestershire, Devon, Cornwall, Wiltshire, Western Dorset, Plymouth City and Bristol City
1 buyer
- National Highways Guildford
1 supplier
- Ringway Infrastructure Services Horsham
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 Somerset, North Somerset, South Gloucestershire, Bath & North East Somerset, Gloucestershire, Devon, Cornwall, Wiltshire, Western Dorset, Plymouth City and Bristol City (National Highways Area 1&2) (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 two sections of road into the Contract covering the A417/419 and the A30/35 which are currently maintained under Design Build Finance & Operate ("DBFO") contracts due to expire on 31 March 2026 and 30 September 2026. Consequently the total value of the Contract will increase by approximately 50%. It will extend the Contract which will have a new end date of 12th June 2028 instead of 30th June 2027 in order to align with the procurement process for the next Maintenance & Response contracts.
Total Quantity or Scope
The Design Build Finance Operate (DBFO) contract covers A417/419 and expires on 31st March 2026 and A30/35 expires on 30th September 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. Therefore these roads will be incorporated into the existing Maintenance and Response (M&R) Contract for Area 1&2 of the Strategic Road Network following the award of the Deed of Variation. This together with the need for national alignment of the M&R contracts, ready for their next iteration, means that the term of the Area 1&2 M&R Contract will be extended and will have a new end date of 12th June 2028 instead of 30th June 2027. These changes will increase the awarded value from £ 269,610,482 to £ 405,510,000.
Award Detail
1 | Ringway Infrastructure Services (Horsham)
|
CPV Codes
- 45233139 - Highway maintenance work
- 45233130 - Construction work for highways
- 45233141 - Road-maintenance works
- 45233210 - Surface work for highways
- 45310000 - Electrical installation work
- 71300000 - Engineering services
Indicators
Legal Justification
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 and the extension of term 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. The extension of term is to align all M&R Contracts to enable an efficient and consistent re-procurement of the programme. Adding the additional roads and the extension of term 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 so scores would not have differed and any successful operator would be offered the extension to ensure alignment with the wider M&R procurement programme; 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 additional works during the extended term will be on the same pricing; 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. This is not a change in contractor. 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 extended 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.
Reference
- FTS 047870-2025