Tender Details
Title

SC24029 Highway Term Maintenance Contract 2026 Kent County Council SC24029 Highway Term Maintenance Contract 2026 Kent County Council SC24029 Highway Term Maintenance Contract 2026Kent County Council (the “Council”) is seeking to appoint a service provider (“Service Provider”) to deliver a highways term maintenance contract (the “Contract”). The Council’s highway term maintenance services are delivered through the Council’s existing contract (“Current HTMC”), which expires on 30 April 2026. The Council intends to enter into the new Contract by November 2025 to allow sufficient time for implementation and to ensure service continuity from the expiry of the Current HTMC. The initial term of the Contract is expected to be 14 years (168 months) (plus a six (6) month mobi... Reference no:OCT493528 Published by:Kent County Council Published to:External Deadline date:25/11/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-04afcb Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-04afcbPublished by:Kent County CouncilAuthority ID:AA20084Publication date:22 October 2024Deadline date:25 November 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract Kent County Council (the “Council”) is seeking to appoint a service provider (“Service Provider”) to deliver a highways term maintenance contract (the “Contract”). The Council’s highway term maintenance services are delivered through the Council’s existing contract (“Current HTMC”), which expires on 30 April 2026. The Council intends to enter into the new Contract by November 2025 to allow sufficient time for implementation and to ensure service continuity from the expiry of the Current HTMC. The initial term of the Contract is expected to be 14 years (168 months) (plus a six (6) month mobilisation period during which Task Orders will be issued under the Contract for the initial term). There will be an option to extend the Contract up to a maximum aggregate of 7 years (84 months). Please note that it is expected that TUPE may apply to the new Contract.Further information about this procurement can be found in the Project Information Memorandum (“PIM”) and the SQ, which are available through the Kent Business Portal. Please note that a ‘request to participate’ for the purposes of this contract notice (in particular, Section IV.2.2) is by completion and return of the Selection Questionnaire (“SQ”) by the stated deadline of 25 November 2024 – 1200hrs. The draft scope, Contract, and Invitation to Tender (“ITT”) are being released two weeks after the initial SQ documents to ensure Candidates focus their time and efforts on the SQ during the initial weeks of the Selection Stage.The Council intends to invite the top four (4) scoring Candidates from the Selection Stage to participate in an introductory meeting and submit an Initial Tender. At the Initial Tender Stage, the Council intends to further shortlist Tenderers from four (4) to three (3). The three (3) shortlisted Tenderers will be invited to discuss and negotiate the draft Contract, leases and scope and will be offered the opportunity to provide a mark-up of those documents as part of the Detailed Tender Stage. The Council will consider all proposed amendments and comments from Tenderers at the Detailed Tender Stage prior to issuing a final version of the draft Contract, scope and leases to all Tenderers, against which final Tenders are to be submitted. Tenderers will be required to confirm acceptance of the final version of the draft Contract, which will be evaluated on a “Pass/Fail” basis.The Council will identify the most economically advantageous tender (“MEAT”) using the Price per Quality Point evaluation method, subject to the Tenderers passing any minimum requirements (e.g. “Pass/Fail” and/or minimum quality scores).The Council currently anticipates that the Service Provider will provide all the fleet. However, the Council is exploring the option of either buying or leasing the gritting fleet and/or buying the gritting salt directly; this is still to be determined, and further details will be provided at the Initial Tender Stage. This Procurement also includes the potential for the local authorities listed at Section II.2.11 below to have access to and enter into Task Orders under the Contract with the Service Provider in order to deliver specific schemes/projects. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesKent County CouncilCounty HallMaidstoneME14 1XQUK Contact person: Mr Craig Merchant E-mail: craig.merchant@kent.gov.uk NUTS: UKJ4Internet address(es) Main address: http://www.kent.gov.uk Address of the buyer profile: http://www.kent.gov.ukI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://procontract.due-north.com/Advert/Index?advertId=c175c11c-8d8f-ef11-8130-005056b64545Additional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://procontract.due-north.com/Advert/Index?advertId=c175c11c-8d8f-ef11-8130-005056b64545I.4) Type of the contracting authorityRegional or local authorityI.5) Main activityGeneral public servicesSection II: ObjectII.1) Scope of the procurementII.1.1) TitleSC24029 Highway Term Maintenance Contract 2026 Reference number: DN745967II.1.2) Main CPV code50230000 II.1.3) Type of contractServicesII.1.4) Short descriptionKent County Council (the “Council”) is seeking to appoint a service provider (“Service Provider”) to deliver a highways term maintenance contract (the “Contract”). The Council’s highway term maintenance services are delivered through the Council’s existing contract (“Current HTMC”), which expires on 30 April 2026. The Council intends to enter into the new Contract by November 2025 to allow sufficient time for implementation and to ensure service continuity from the expiry of the Current HTMC. The initial term of the Contract is expected to be 14 years (168 months) (plus a six (6) month mobilisation period during which Task Orders will be issued under the Contract for the initial term). There will be an option to extend the Contract up to a maximum aggregate of 7 years (84 months). Please note that it is expected that TUPE may apply to the new Contract.Further information about this procurement can be found in the Project Information Memorandum (“PIM”) and the SQ, which are available through the Kent Business Portal. Please note that a ‘request to participate’ for the purposes of this contract notice (in particular, Section IV.2.2) is by completion and return of the Selection Questionnaire (“SQ”) by the stated deadline of 25 November 2024 – 1200hrs. The draft scope, Contract, and Invitation to Tender (“ITT”) are being released two weeks after the initial SQ documents to ensure Candidates focus their time and efforts on the SQ during the initial weeks of the Selection Stage.The Council intends to invite the top four (4) scoring Candidates from the Selection Stage to participate in an introductory meeting and submit an Initial Tender. At the Initial Tender Stage, the Council intends to further shortlist Tenderers from four (4) to three (3). The three (3) shortlisted Tenderers will be invited to discuss and negotiate the draft Contract, leases and scope and will be offered the opportunity to provide a mark-up of those documents as part of the Detailed Tender Stage. The Council will consider all proposed amendments and comments from Tenderers at the Detailed Tender Stage prior to issuing a final version of the draft Contract, scope and leases to all Tenderers, against which final Tenders are to be submitted. Tenderers will be required to confirm acceptance of the final version of the draft Contract, which will be evaluated on a “Pass/Fail” basis.The Council will identify the most economically advantageous tender (“MEAT”) using the Price per Quality Point evaluation method, subject to the Tenderers passing any minimum requirements (e.g. “Pass/Fail” and/or minimum quality scores).The Council currently anticipates that the Service Provider will provide all the fleet. However, the Council is exploring the option of either buying or leasing the gritting fleet and/or buying the gritting salt directly; this is still to be determined, and further details will be provided at the Initial Tender Stage. This Procurement also includes the potential for the local authorities listed at Section II.2.11 below to have access to and enter into Task Orders under the Contract with the Service Provider in order to deliver specific schemes/projects.II.1.5) Estimated total valueValue excluding VAT: 2 000 000 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)34143000349200003497000034990000441139104523313990640000II.2.3) Place of performanceNUTS code:UKJ4II.2.4) Description of the procurementThe Council undertook a market engagement exercise to inform the contract, scope, and procurement procedure for this Opportunity, which was notified to the market via the Kent Business Portal. The agenda was designed to explore with the market how the Council could shape the procurement procedure to ensure a successful contract that not only provides best value but also an updated approach to service delivery. Three separate rounds of market engagement were held in January, June, and August 2024, with a range of suppliers, to obtain market input and confirm current thinking. Note that participation in the pre-market engagement exercises is not a prerequisite to participating in this Procurement, nor does it confer any advantage with respect to the Procurement for this opportunity. The Council encourages small and medium-sized enterprises to participate in this Procurement, either as Candidates, consortium members, supply-chain partners or sub-contractors.The Current HTMC delivers a number of essential and statutory services, including the following:• Winter Service Provision – e.g. gritting/salting the road network during freezing conditions including ploughing during snow events.• Drainage Maintenance and Capital Projects – e.g. cyclical highway drainage cleansing, emergency response during storm events and capital drainage repair schemes.• Structures – e.g. bridge repairs, tunnel maintenance and management and construction of new structures.• Highway patching and small to medium-scale road asset renewal works – e.g. pothole repairs and larger surface defect repairs of the highway.• Pavement asset preservation services – e.g. carriageway and footway life extension treatments such as surface dressing.• Emergency Response – e.g. responding to emergencies across the network due to weather, emergency services support, vehicle collisions, and structural asset failure both in hours and out of hours, 24/7/365.• Highway Improvement Scheme Delivery – e.g. construction of schemes for crash remedial measures, engineering and traffic schemes and S.106 requirements.The below is a summary of the indicative scope for the Contract:• Routine maintenance• Highways schemes• Structures and Tunnels maintenance• High Speed Road maintenance programme• Emergency and Out of Hours• Winter service• Drainage civil schemes• Drainage cleansing• Road and footway patching / pothole repairs• Small/Medium reactive road asset renewal• Signs maintenance• Lining maintenance• Barrier repairs• Asset improvements• Pavement asset preservation services• Professional services ((limited to design for civil engineering works to assist the delivery of projects)• Major Projects (as an alternative route to market, up to £5m)Please note that the above is only indicative and may be subject to change as the Procurement progresses. Furthermore, due to the term of the Contract and the nature of the Services, the Council reserves the right to include additional supporting and/or related services in the Scope, including during the term of the Contract and in accordance with its terms.II.2.5) Award criteriaCriteria below: Quality criterion: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 100 Price II.2.6) Estimated valueValue excluding VAT: 2 000 000 000.00 GBPII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 258 This contract is subject to renewal: No II.2.9) Information about the limits on the number of candidates to be invitedII.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: Yes Description of options:There is the potential for a contract extension of a further 7 years (84 months), depending on both the success in achieving the required outcomes and the availability of further funding. The Contract will also include a performance regime that may result in the adjustment of its term. Further detail will be provided in the Draft Contract and draft ITT, which will be published in due course (please see the Indicative Timetable in the PIM).The indicative scope includes the potential for the following local authorities to have access to and enter into Task Orders under the Contract and in order to deliver specific schemes/projects:1. Ashford Borough Council2. Canterbury City Council3. Dartford Borough Council4. Dover District Council5. Folkestone and Hythe District Council6. Gravesham Borough Council7. Maidstone Borough Council8. Medway Council9. Sevenoaks District Council10. Swale Borough Council11. Thanet District Council12. Tonbridge and Malling Borough Council13. Tunbridge Wells Borough CouncilPlease note that as the Council is utilising the competitive procedure with negotiation, such options will be included in the Draft Contract and will be developed as part of the negotiation process with those Tenderers selected to participate in that phase of the Procurement.II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No II.2.14) Additional informationKent County Council (the “Council”) is the largest local authority in England covering an area of 3,500 square kilometers. It has an annual expenditure of over £1bn on goods and services and a population of 1.6m. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with the NHS Kent and Medway Integrated Care Board, twelve (12) district councils, and over 300 parish/town councils.The Council consists of four directorates:• Adult Social Care and Health• Children, Young People and Education• Growth, Environment and Transport• Chief Executive’s Department and Deputy Chief Executive's DepartmentThis Opportunity is being commissioned on behalf of the Growth, Environment and Transport directorate.The Council is the Highway Authority responsible for the delivery of a statutory highways service for the residents of Kent (excluding Medway and trunk roads and motorways) and any other person using the highway. The Council’s Highways and Transportation group (“H&T”) is the intelligent client that has delegated responsibility for maintaining the Council’s highways’ assets.An NEC4 Term Service Contract will be used with the following options:• Option A: Priced contract with price list• Option C: Target contract with price list• Option E: Cost reimbursable contractThe Contract will feature break clauses, for example and amongst other things, to enable termination in the event of poor performance, in line with the NEC4 Term Service Contract.The Council is open to considering innovative delivery methods, including partnerships between providers.Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.2) Economic and financial standingSelection criteria as stated in the procurement documentsIII.1.3) Technical and professional abilitySelection criteria as stated in the procurement documentsIII.2) Conditions related to the contractIII.2.2) Contract performance conditionsThere is the potential for a contract extension of a further 7 years (84 months), depending on both the success in achieving the required outcomes and the availability of further funding. The Contract will also include a performance regime that may result in the adjustment of its term. Further detail will be provided in the draft Contract/scope and draft ITT, which will be published in due course (please see the Indicative Timetable in the PIM).III.2.3) Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contractSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Competitive procedure with negotiation IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedIV.1.5) Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiationsIV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 25/11/2024 Local time: 12:00IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 09/12/2024IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 6 (from the date stated for receipt of tender) Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: No VI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationThe estimated value of the Contract identified in II.2.6) is only an estimate at this stage and has the potential to be higher. The estimated total value of this Procurement has been calculated as £2bn. This figure takes into account (i) recent and current annual spend of circa £50-60m; (ii) a maximum total term of 21 years (plus a 6 month mobilisation period); (iii) the potential impact on costs of inflation; and (iv) the ability for both the Council, and the other bodies identified in section II.2.11, to deliver individuals projects or schemes through this appointment.The services under the Contract (as listed at Section II.2.4) are to be provided to the Council, but this Procurement also includes the potential for the local authorities listed in Section II.2.11 to have access to and enter into Task Orders under the Contract with the Service Provider in order to deliver specific schemes/projects.The Council will identify the most economically advantageous tender (“MEAT”) using the Price per Quality Point evaluation method (as described in more detail in the PIM and Procurement documents), subject to the Tenderers passing any minimum requirements (e.g. “Pass/Fail” and/or minimum quality scores).Selection Questionnaire responses and tenders are to be completed electronically using the Portal: https://www.kentbusinessportal.org.uk/A Tenderer’s Final Tender must remain open for acceptance for a period of up to 6 months following submission.Each party will be liable for its own costs and expenses in relation to the preparation and submission of any SQ Response or tender and the conduct of any discussions/negotiations or similar with the Council during the Procurement. For the avoidance of doubt, the Council and its appointed advisers have no obligation whatsoever to reimburse any Candidate or Tenderer in respect of any costs, economic loss or other loss of profit incurred by it either in the preparation of an SQ Response or future tender as a Tenderer or arising from clarifications and discussions with the Council in connection with the Procurement, regardless of whether or not the Procurement results in the award of a Contract.The Procurement should not be regarded as an investment recommendation made by the Council or its appointed advisers. Each Candidate must rely on its own enquiries and on the terms and conditions set out in any contract when finally executed, subject to such limitations and restrictions as may be specified in such a contract. Neither the issue of any documentation in the Procurement nor any of the information presented in it should be regarded as constituting a contract, agreement or a commitment or representation on the part of the Council or any other person to enter into a contractual arrangement.The Council reserves the right (subject to the requirements of the Regulations) to vary, amend or terminate the Procurement by notice in writing, including the right to introduce additional stages and not to award a contract at all for any reason whatsoever. Under no circumstances will the Council or its appointed advisers accept any liability arising out of or in respect of the Procurement, the award procedure, or any variation or amendment to the procedure.Neither the Council nor any of its appointed advisers will be liable or responsible for any opinion, statement, or conclusion contained in, or any omission from, the Procurement documents or for any other written or oral communication transmitted or otherwise made available to any Candidate during the Procurement. No representation or warranty is made in respect of such statements, opinions or conclusions, and neither the Council nor its appointed advisers shall accept any liability for any loss or damage (other than in respect of fraudulent misrepresentation) arising as a result of any reliance upon such statements, opinions or conclusions.For the avoidance of doubt, only the terms of the Contract as and when it is executed will have any legal effect in connection with the matters to which this Procurement relates. Further for the avoidance of doubt, none of the Procurement documents shall form an implied contract.The Council makes no commitment to award any contract as a result of this Procurement or otherwise, nor to accept the lowest priced tender.VI.4) Procedures for reviewVI.4.1) Review bodyRoyal Courts of JusticeStrandLondonWC2A 2LLUK Telephone: +44 2079477882VI.5) Date of dispatch of this notice21/10/2024 Coding Commodity categories ID Title Parent category 34990000Control, safety, signalling and light equipmentMiscellaneous transport equipment and spare parts90640000Gully cleaning and emptying servicesCleaning and sanitation services in urban or rural areas, and related services45233139Highway maintenance workConstruction, foundation and surface works for highways, roads50230000Repair, maintenance and associated services related to roads and other equipmentRepair, maintenance and associated services related to aircraft, railways, roads and marine equipment34920000Road equipmentMiscellaneous transport equipment and spare parts34970000Traffic-monitoring equipmentMiscellaneous transport equipment and spare parts44113910Winter-maintenance materialsRoad-construction materials34143000Winter-maintenance vehiclesHeavy-duty motor vehicles Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:craig.merchant@kent.gov.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.

Country
Language
English
Organization
Published Date
21.10.2024
Deadline Date
25.11.2024
Overview
SC24029 Highway Term Maintenance Contract 2026 Kent County Council SC24029 Highway Term Maintenance Contract 2026Kent County Council (the “Council”) is seeking to appoint a service provider (“Service Provider”) to deliver a highways term maintenance contract (the “Contract”). The Council’s highway term maintenance services are delivered through the Council’s existing contract (“Current HTMC”), which expires on 30 April 2026. The Council intends to enter into the new Contract by November 2025 to allow sufficient time for implementation and to ensure service continuity from the expiry of the Current HTMC. The initial term of the Contract is expected to be 14 years (168 months) (plus a six (6) month mobi... Reference no:OCT493528 Published by:Kent County Council Published to:External Deadline date:25/11/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-04afcb Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-04afcbPublished by:Kent County CouncilAuthority ID:AA20084Publication date:22 October 2024Deadline date:25 November 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract Kent County Council (the “Council”) is seeking to appoint a service provider (“Service Provider”) to deliver a highways term maintenance contract (the “Contract”). The Council’s highway term maintenance services are delivered through the Council’s existing contract (“Current HTMC”), which expires on 30 April 2026. The Council intends to enter into the new Contract by November 2025 to allow sufficient time for implementation and to ensure service continuity from the expiry of the Current HTMC. The initial term of the Contract is expected to be 14 years (168 months) (plus a six (6) month mobilisation period during which Task Orders will be issued under the Contract for the initial term). There will be an option to extend the Contract up to a maximum aggregate of 7 years (84 months). Please note that it is expected that TUPE may apply to the new Contract.Further information about this procurement can be found in the Project Information Memorandum (“PIM”) and the SQ, which are available through the Kent Business Portal. Please note that a ‘request to participate’ for the purposes of this contract notice (in particular, Section IV.2.2) is by completion and return of the Selection Questionnaire (“SQ”) by the stated deadline of 25 November 2024 – 1200hrs. The draft scope, Contract, and Invitation to Tender (“ITT”) are being released two weeks after the initial SQ documents to ensure Candidates focus their time and efforts on the SQ during the initial weeks of the Selection Stage.The Council intends to invite the top four (4) scoring Candidates from the Selection Stage to participate in an introductory meeting and submit an Initial Tender. At the Initial Tender Stage, the Council intends to further shortlist Tenderers from four (4) to three (3). The three (3) shortlisted Tenderers will be invited to discuss and negotiate the draft Contract, leases and scope and will be offered the opportunity to provide a mark-up of those documents as part of the Detailed Tender Stage. The Council will consider all proposed amendments and comments from Tenderers at the Detailed Tender Stage prior to issuing a final version of the draft Contract, scope and leases to all Tenderers, against which final Tenders are to be submitted. Tenderers will be required to confirm acceptance of the final version of the draft Contract, which will be evaluated on a “Pass/Fail” basis.The Council will identify the most economically advantageous tender (“MEAT”) using the Price per Quality Point evaluation method, subject to the Tenderers passing any minimum requirements (e.g. “Pass/Fail” and/or minimum quality scores).The Council currently anticipates that the Service Provider will provide all the fleet. However, the Council is exploring the option of either buying or leasing the gritting fleet and/or buying the gritting salt directly; this is still to be determined, and further details will be provided at the Initial Tender Stage. This Procurement also includes the potential for the local authorities listed at Section II.2.11 below to have access to and enter into Task Orders under the Contract with the Service Provider in order to deliver specific schemes/projects. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesKent County CouncilCounty HallMaidstoneME14 1XQUK Contact person: Mr Craig Merchant E-mail: craig.merchant@kent.gov.uk NUTS: UKJ4Internet address(es) Main address: http://www.kent.gov.uk Address of the buyer profile: http://www.kent.gov.ukI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://procontract.due-north.com/Advert/Index?advertId=c175c11c-8d8f-ef11-8130-005056b64545Additional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://procontract.due-north.com/Advert/Index?advertId=c175c11c-8d8f-ef11-8130-005056b64545I.4) Type of the contracting authorityRegional or local authorityI.5) Main activityGeneral public servicesSection II: ObjectII.1) Scope of the procurementII.1.1) TitleSC24029 Highway Term Maintenance Contract 2026 Reference number: DN745967II.1.2) Main CPV code50230000 II.1.3) Type of contractServicesII.1.4) Short descriptionKent County Council (the “Council”) is seeking to appoint a service provider (“Service Provider”) to deliver a highways term maintenance contract (the “Contract”). The Council’s highway term maintenance services are delivered through the Council’s existing contract (“Current HTMC”), which expires on 30 April 2026. The Council intends to enter into the new Contract by November 2025 to allow sufficient time for implementation and to ensure service continuity from the expiry of the Current HTMC. The initial term of the Contract is expected to be 14 years (168 months) (plus a six (6) month mobilisation period during which Task Orders will be issued under the Contract for the initial term). There will be an option to extend the Contract up to a maximum aggregate of 7 years (84 months). Please note that it is expected that TUPE may apply to the new Contract.Further information about this procurement can be found in the Project Information Memorandum (“PIM”) and the SQ, which are available through the Kent Business Portal. Please note that a ‘request to participate’ for the purposes of this contract notice (in particular, Section IV.2.2) is by completion and return of the Selection Questionnaire (“SQ”) by the stated deadline of 25 November 2024 – 1200hrs. The draft scope, Contract, and Invitation to Tender (“ITT”) are being released two weeks after the initial SQ documents to ensure Candidates focus their time and efforts on the SQ during the initial weeks of the Selection Stage.The Council intends to invite the top four (4) scoring Candidates from the Selection Stage to participate in an introductory meeting and submit an Initial Tender. At the Initial Tender Stage, the Council intends to further shortlist Tenderers from four (4) to three (3). The three (3) shortlisted Tenderers will be invited to discuss and negotiate the draft Contract, leases and scope and will be offered the opportunity to provide a mark-up of those documents as part of the Detailed Tender Stage. The Council will consider all proposed amendments and comments from Tenderers at the Detailed Tender Stage prior to issuing a final version of the draft Contract, scope and leases to all Tenderers, against which final Tenders are to be submitted. Tenderers will be required to confirm acceptance of the final version of the draft Contract, which will be evaluated on a “Pass/Fail” basis.The Council will identify the most economically advantageous tender (“MEAT”) using the Price per Quality Point evaluation method, subject to the Tenderers passing any minimum requirements (e.g. “Pass/Fail” and/or minimum quality scores).The Council currently anticipates that the Service Provider will provide all the fleet. However, the Council is exploring the option of either buying or leasing the gritting fleet and/or buying the gritting salt directly; this is still to be determined, and further details will be provided at the Initial Tender Stage. This Procurement also includes the potential for the local authorities listed at Section II.2.11 below to have access to and enter into Task Orders under the Contract with the Service Provider in order to deliver specific schemes/projects.II.1.5) Estimated total valueValue excluding VAT: 2 000 000 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)34143000349200003497000034990000441139104523313990640000II.2.3) Place of performanceNUTS code:UKJ4II.2.4) Description of the procurementThe Council undertook a market engagement exercise to inform the contract, scope, and procurement procedure for this Opportunity, which was notified to the market via the Kent Business Portal. The agenda was designed to explore with the market how the Council could shape the procurement procedure to ensure a successful contract that not only provides best value but also an updated approach to service delivery. Three separate rounds of market engagement were held in January, June, and August 2024, with a range of suppliers, to obtain market input and confirm current thinking. Note that participation in the pre-market engagement exercises is not a prerequisite to participating in this Procurement, nor does it confer any advantage with respect to the Procurement for this opportunity. The Council encourages small and medium-sized enterprises to participate in this Procurement, either as Candidates, consortium members, supply-chain partners or sub-contractors.The Current HTMC delivers a number of essential and statutory services, including the following:• Winter Service Provision – e.g. gritting/salting the road network during freezing conditions including ploughing during snow events.• Drainage Maintenance and Capital Projects – e.g. cyclical highway drainage cleansing, emergency response during storm events and capital drainage repair schemes.• Structures – e.g. bridge repairs, tunnel maintenance and management and construction of new structures.• Highway patching and small to medium-scale road asset renewal works – e.g. pothole repairs and larger surface defect repairs of the highway.• Pavement asset preservation services – e.g. carriageway and footway life extension treatments such as surface dressing.• Emergency Response – e.g. responding to emergencies across the network due to weather, emergency services support, vehicle collisions, and structural asset failure both in hours and out of hours, 24/7/365.• Highway Improvement Scheme Delivery – e.g. construction of schemes for crash remedial measures, engineering and traffic schemes and S.106 requirements.The below is a summary of the indicative scope for the Contract:• Routine maintenance• Highways schemes• Structures and Tunnels maintenance• High Speed Road maintenance programme• Emergency and Out of Hours• Winter service• Drainage civil schemes• Drainage cleansing• Road and footway patching / pothole repairs• Small/Medium reactive road asset renewal• Signs maintenance• Lining maintenance• Barrier repairs• Asset improvements• Pavement asset preservation services• Professional services ((limited to design for civil engineering works to assist the delivery of projects)• Major Projects (as an alternative route to market, up to £5m)Please note that the above is only indicative and may be subject to change as the Procurement progresses. Furthermore, due to the term of the Contract and the nature of the Services, the Council reserves the right to include additional supporting and/or related services in the Scope, including during the term of the Contract and in accordance with its terms.II.2.5) Award criteriaCriteria below: Quality criterion: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 100 Price II.2.6) Estimated valueValue excluding VAT: 2 000 000 000.00 GBPII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 258 This contract is subject to renewal: No II.2.9) Information about the limits on the number of candidates to be invitedII.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: Yes Description of options:There is the potential for a contract extension of a further 7 years (84 months), depending on both the success in achieving the required outcomes and the availability of further funding. The Contract will also include a performance regime that may result in the adjustment of its term. Further detail will be provided in the Draft Contract and draft ITT, which will be published in due course (please see the Indicative Timetable in the PIM).The indicative scope includes the potential for the following local authorities to have access to and enter into Task Orders under the Contract and in order to deliver specific schemes/projects:1. Ashford Borough Council2. Canterbury City Council3. Dartford Borough Council4. Dover District Council5. Folkestone and Hythe District Council6. Gravesham Borough Council7. Maidstone Borough Council8. Medway Council9. Sevenoaks District Council10. Swale Borough Council11. Thanet District Council12. Tonbridge and Malling Borough Council13. Tunbridge Wells Borough CouncilPlease note that as the Council is utilising the competitive procedure with negotiation, such options will be included in the Draft Contract and will be developed as part of the negotiation process with those Tenderers selected to participate in that phase of the Procurement.II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No II.2.14) Additional informationKent County Council (the “Council”) is the largest local authority in England covering an area of 3,500 square kilometers. It has an annual expenditure of over £1bn on goods and services and a population of 1.6m. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with the NHS Kent and Medway Integrated Care Board, twelve (12) district councils, and over 300 parish/town councils.The Council consists of four directorates:• Adult Social Care and Health• Children, Young People and Education• Growth, Environment and Transport• Chief Executive’s Department and Deputy Chief Executive's DepartmentThis Opportunity is being commissioned on behalf of the Growth, Environment and Transport directorate.The Council is the Highway Authority responsible for the delivery of a statutory highways service for the residents of Kent (excluding Medway and trunk roads and motorways) and any other person using the highway. The Council’s Highways and Transportation group (“H&T”) is the intelligent client that has delegated responsibility for maintaining the Council’s highways’ assets.An NEC4 Term Service Contract will be used with the following options:• Option A: Priced contract with price list• Option C: Target contract with price list• Option E: Cost reimbursable contractThe Contract will feature break clauses, for example and amongst other things, to enable termination in the event of poor performance, in line with the NEC4 Term Service Contract.The Council is open to considering innovative delivery methods, including partnerships between providers.Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.2) Economic and financial standingSelection criteria as stated in the procurement documentsIII.1.3) Technical and professional abilitySelection criteria as stated in the procurement documentsIII.2) Conditions related to the contractIII.2.2) Contract performance conditionsThere is the potential for a contract extension of a further 7 years (84 months), depending on both the success in achieving the required outcomes and the availability of further funding. The Contract will also include a performance regime that may result in the adjustment of its term. Further detail will be provided in the draft Contract/scope and draft ITT, which will be published in due course (please see the Indicative Timetable in the PIM).III.2.3) Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contractSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Competitive procedure with negotiation IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedIV.1.5) Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiationsIV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 25/11/2024 Local time: 12:00IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 09/12/2024IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 6 (from the date stated for receipt of tender) Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: No VI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationThe estimated value of the Contract identified in II.2.6) is only an estimate at this stage and has the potential to be higher. The estimated total value of this Procurement has been calculated as £2bn. This figure takes into account (i) recent and current annual spend of circa £50-60m; (ii) a maximum total term of 21 years (plus a 6 month mobilisation period); (iii) the potential impact on costs of inflation; and (iv) the ability for both the Council, and the other bodies identified in section II.2.11, to deliver individuals projects or schemes through this appointment.The services under the Contract (as listed at Section II.2.4) are to be provided to the Council, but this Procurement also includes the potential for the local authorities listed in Section II.2.11 to have access to and enter into Task Orders under the Contract with the Service Provider in order to deliver specific schemes/projects.The Council will identify the most economically advantageous tender (“MEAT”) using the Price per Quality Point evaluation method (as described in more detail in the PIM and Procurement documents), subject to the Tenderers passing any minimum requirements (e.g. “Pass/Fail” and/or minimum quality scores).Selection Questionnaire responses and tenders are to be completed electronically using the Portal: https://www.kentbusinessportal.org.uk/A Tenderer’s Final Tender must remain open for acceptance for a period of up to 6 months following submission.Each party will be liable for its own costs and expenses in relation to the preparation and submission of any SQ Response or tender and the conduct of any discussions/negotiations or similar with the Council during the Procurement. For the avoidance of doubt, the Council and its appointed advisers have no obligation whatsoever to reimburse any Candidate or Tenderer in respect of any costs, economic loss or other loss of profit incurred by it either in the preparation of an SQ Response or future tender as a Tenderer or arising from clarifications and discussions with the Council in connection with the Procurement, regardless of whether or not the Procurement results in the award of a Contract.The Procurement should not be regarded as an investment recommendation made by the Council or its appointed advisers. Each Candidate must rely on its own enquiries and on the terms and conditions set out in any contract when finally executed, subject to such limitations and restrictions as may be specified in such a contract. Neither the issue of any documentation in the Procurement nor any of the information presented in it should be regarded as constituting a contract, agreement or a commitment or representation on the part of the Council or any other person to enter into a contractual arrangement.The Council reserves the right (subject to the requirements of the Regulations) to vary, amend or terminate the Procurement by notice in writing, including the right to introduce additional stages and not to award a contract at all for any reason whatsoever. Under no circumstances will the Council or its appointed advisers accept any liability arising out of or in respect of the Procurement, the award procedure, or any variation or amendment to the procedure.Neither the Council nor any of its appointed advisers will be liable or responsible for any opinion, statement, or conclusion contained in, or any omission from, the Procurement documents or for any other written or oral communication transmitted or otherwise made available to any Candidate during the Procurement. No representation or warranty is made in respect of such statements, opinions or conclusions, and neither the Council nor its appointed advisers shall accept any liability for any loss or damage (other than in respect of fraudulent misrepresentation) arising as a result of any reliance upon such statements, opinions or conclusions.For the avoidance of doubt, only the terms of the Contract as and when it is executed will have any legal effect in connection with the matters to which this Procurement relates. Further for the avoidance of doubt, none of the Procurement documents shall form an implied contract.The Council makes no commitment to award any contract as a result of this Procurement or otherwise, nor to accept the lowest priced tender.VI.4) Procedures for reviewVI.4.1) Review bodyRoyal Courts of JusticeStrandLondonWC2A 2LLUK Telephone: +44 2079477882VI.5) Date of dispatch of this notice21/10/2024 Coding Commodity categories ID Title Parent category 34990000Control, safety, signalling and light equipmentMiscellaneous transport equipment and spare parts90640000Gully cleaning and emptying servicesCleaning and sanitation services in urban or rural areas, and related services45233139Highway maintenance workConstruction, foundation and surface works for highways, roads50230000Repair, maintenance and associated services related to roads and other equipmentRepair, maintenance and associated services related to aircraft, railways, roads and marine equipment34920000Road equipmentMiscellaneous transport equipment and spare parts34970000Traffic-monitoring equipmentMiscellaneous transport equipment and spare parts44113910Winter-maintenance materialsRoad-construction materials34143000Winter-maintenance vehiclesHeavy-duty motor vehicles Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:craig.merchant@kent.gov.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
NAICS
Mayonnaise Business All Other Professional Computing Infrastructure Providers Navigational Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Other Foundation Other Foundation Religious Financial Transactions Processing Justice Other Professional Highway Construction Architectural Turned Product and Screw Other Justice Machinery Regulation Highway Direct Insurance (except Life Executive Direct Life Measuring Courts Agriculture Navigational Executive Courts Highway Financial Transactions Processing Foundation Research and Development in the Physical Other Similar Organizations (except Business Environment All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Research and Development in the Physical Construction Professional Process Funds
CPVS
Dried, salted, smoked or seasoned meat Parts of structures Repair, maintenance and associated services related to aircraft and other equipment Foundation work Profiles Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Surface dressing Marine, aviation and other transport insurance services Aggregates Timetables Mains Networks Networking, Internet and intranet software development services Surface work for highways Control, safety, signalling and light equipment Nuts Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Boards Repair, maintenance and associated services related to marine and other equipment Carbon Frames Salt Structural works Trunks Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Snow Wells construction work Tunnelling works Squares Safety cases Bridge Construction work for engineering works except bridges, tunnels, shafts and subways Construction work Supports Structures and parts Foundation work for highways, roads, streets and footpaths Construction work for highways, roads System, storage and content management software development services Forms Networking, Internet and intranet software package Motors Vats Repair, maintenance and associated services related to roads and other equipment Parts of other vehicles Other services Drainage works Goods used in construction Repair, maintenance and associated services of vehicles and related equipment Architectural, construction, engineering and inspection services Shapes Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Designs Railway points Repair, maintenance and associated services related to railways and other equipment Dates
UNSPSC
Ploughs Motor vehicles Aircraft Profiles Clean room Nuts T squares Boards Barriers Awards Business cases Well engineering Population Equipment cases Surface Trunk road Case making services Aggregates Aircraft, Single Engine Jacket, Winter Aircraft, Flight Inspection (Fully Equipped) Aircraft, Jet Widebody Aircraft, Twin Engine
Regions
Europe Northern Europe
Sectors
Chemicals Civil Works Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Bridges and Tunnels Engineering Postal and Courier Services Roads and Highways-Bridge Infrastructure Water and Sanitation Transportation Printing and Publishing Services Roadways Railways-Rail-Railroad Education and Training Defence and Security Electricity Infrastructure and Tunnels Construction Consultancy Energy-Power and Electrical Coal and Lignite Sports and Leisure Computer Hardwares and Consumables Electronics Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert