Tender

SC240044 - Local Highway Maintenance Support Contract 2025

  • Kent County Council

F02: Contract notice

Notice identifier: 2025/S 000-003865

Procurement identifier (OCID): ocds-h6vhtk-04dbfa

Published 5 February 2025, 4:16pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council

Sessions House, County Road

MAIDSTONE

ME141XQ

Contact

Milly Massy

Email

milly.massy@kent.gov.uk

Country

United Kingdom

Region code

UKJ45 - Mid Kent

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.kent.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.kentbusinessportal.org.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.kentbusinessportal.org.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SC240044 - Local Highway Maintenance Support Contract 2025

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Kent County Council (KCC) as upper tier Authority is the Highway Authority for highways maintainable at public expense and has such duty to maintain highways in accordance with S.41 of the Highways Act 1980. In order to meet and deliver upon these statutory obligations KCC requires competent contractors as there is no internal KCC employed resource to undertake this work.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Dartford and Gravesham

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Kent County Council (KCC) as upper tier Authority is the Highway Authority for highways maintainable at public expense and has such duty to maintain highways in accordance with S.41 of the Highways Act 1980. In order to meet and deliver upon these statutory obligations KCC requires competent contractors as there is no internal KCC employed resource to undertake this work.

There are around 5,445 miles of local roads in Kent (616 miles of A roads, 279 of B roads, 1,172 of C roads and 3,378 of unclassified roads), making it one of the largest and most heavily trafficked local authority networks in the country.

The workload will be divided into six geographical areas, and awarded separate contracts. Suppliers may bid for any number of areas but will be awarded no more than two. The contract carries an initial term of three years, with options to extend for a further two years.

Works orders are raised by KCC Highway staff. The works will consist of small and medium patching generally within the carriageway. Small elements of footway patching may also be requested. Pre-site inspections will be undertaken, jointly between KCC and the Contractor where necessary, to minimise issues that may prevent the work from being carried out.

The contractors will deliver a programme of works over a 6- to 8-month period, usually between April through to October when the weather and road temperatures are optimal for highway repairs. The contractors will provide sufficient resource to achieve minimal deviation from projected timescales. Operatives are to be fully trained and have the required level of qualifications and expertise to deliver works and will be required to take before and after photos at each site. The key aim of these contracts is to deliver a permanent, quality first-time repair, including adjusting iron works and reinstating all white lining.

The Contractor is responsible for managing all aspects of traffic management according to the Code of Practice for Safety at Street Works & Road Works and the New Roads and Street Works Act 1991.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract may be extended for a period of up to 24 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Sevenoaks and Tunbridge Wells

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Kent County Council (KCC) as upper tier Authority is the Highway Authority for highways maintainable at public expense and has such duty to maintain highways in accordance with S.41 of the Highways Act 1980. In order to meet and deliver upon these statutory obligations KCC requires competent contractors as there is no internal KCC employed resource to undertake this work.

There are around 5,445 miles of local roads in Kent (616 miles of A roads, 279 of B roads, 1,172 of C roads and 3,378 of unclassified roads), making it one of the largest and most heavily trafficked local authority networks in the country.

The workload will be divided into six geographical areas, and awarded separate contracts. Suppliers may bid for any number of areas but will be awarded no more than two. The contract carries an initial term of three years, with options to extend for a further two years.

Works orders are raised by KCC Highway staff. The works will consist of small and medium patching generally within the carriageway. Small elements of footway patching may also be requested. Pre-site inspections will be undertaken, jointly between KCC and the Contractor where necessary, to minimise issues that may prevent the work from being carried out.

The contractors will deliver a programme of works over a 6- to 8-month period, usually between April through to October when the weather and road temperatures are optimal for highway repairs. The contractors will provide sufficient resource to achieve minimal deviation from projected timescales. Operatives are to be fully trained and have the required level of qualifications and expertise to deliver works and will be required to take before and after photos at each site. The key aim of these contracts is to deliver a permanent, quality first-time repair, including adjusting iron works and reinstating all white lining.

The Contractor is responsible for managing all aspects of traffic management according to the Code of Practice for Safety at Street Works & Road Works and the New Roads and Street Works Act 1991.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract may be extended for a period of up to 24 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Maidstone and Tonbridge & Malling

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Kent County Council (KCC) as upper tier Authority is the Highway Authority for highways maintainable at public expense and has such duty to maintain highways in accordance with S.41 of the Highways Act 1980. In order to meet and deliver upon these statutory obligations KCC requires competent contractors as there is no internal KCC employed resource to undertake this work.

There are around 5,445 miles of local roads in Kent (616 miles of A roads, 279 of B roads, 1,172 of C roads and 3,378 of unclassified roads), making it one of the largest and most heavily trafficked local authority networks in the country.

The workload will be divided into six geographical areas, and awarded separate contracts. Suppliers may bid for any number of areas but will be awarded no more than two. The contract carries an initial term of three years, with options to extend for a further two years.

Works orders are raised by KCC Highway staff. The works will consist of small and medium patching generally within the carriageway. Small elements of footway patching may also be requested. Pre-site inspections will be undertaken, jointly between KCC and the Contractor where necessary, to minimise issues that may prevent the work from being carried out.

The contractors will deliver a programme of works over a 6- to 8-month period, usually between April through to October when the weather and road temperatures are optimal for highway repairs. The contractors will provide sufficient resource to achieve minimal deviation from projected timescales. Operatives are to be fully trained and have the required level of qualifications and expertise to deliver works and will be required to take before and after photos at each site. The key aim of these contracts is to deliver a permanent, quality first-time repair, including adjusting iron works and reinstating all white lining.

The Contractor is responsible for managing all aspects of traffic management according to the Code of Practice for Safety at Street Works & Road Works and the New Roads and Street Works Act 1991.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract may be extended for a period of up to 24 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Swale and Canterbury

Lot No

4

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Kent County Council (KCC) as upper tier Authority is the Highway Authority for highways maintainable at public expense and has such duty to maintain highways in accordance with S.41 of the Highways Act 1980. In order to meet and deliver upon these statutory obligations KCC requires competent contractors as there is no internal KCC employed resource to undertake this work.

There are around 5,445 miles of local roads in Kent (616 miles of A roads, 279 of B roads, 1,172 of C roads and 3,378 of unclassified roads), making it one of the largest and most heavily trafficked local authority networks in the country.

The workload will be divided into six geographical areas, and awarded separate contracts. Suppliers may bid for any number of areas but will be awarded no more than two. The contract carries an initial term of three years, with options to extend for a further two years.

Works orders are raised by KCC Highway staff. The works will consist of small and medium patching generally within the carriageway. Small elements of footway patching may also be requested. Pre-site inspections will be undertaken, jointly between KCC and the Contractor where necessary, to minimise issues that may prevent the work from being carried out.

The contractors will deliver a programme of works over a 6- to 8-month period, usually between April through to October when the weather and road temperatures are optimal for highway repairs. The contractors will provide sufficient resource to achieve minimal deviation from projected timescales. Operatives are to be fully trained and have the required level of qualifications and expertise to deliver works and will be required to take before and after photos at each site. The key aim of these contracts is to deliver a permanent, quality first-time repair, including adjusting iron works and reinstating all white lining.

The Contractor is responsible for managing all aspects of traffic management according to the Code of Practice for Safety at Street Works & Road Works and the New Roads and Street Works Act 1991.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract may be extended for a period of up to 24 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Thanet and Dover

Lot No

5

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Kent County Council (KCC) as upper tier Authority is the Highway Authority for highways maintainable at public expense and has such duty to maintain highways in accordance with S.41 of the Highways Act 1980. In order to meet and deliver upon these statutory obligations KCC requires competent contractors as there is no internal KCC employed resource to undertake this work.

There are around 5,445 miles of local roads in Kent (616 miles of A roads, 279 of B roads, 1,172 of C roads and 3,378 of unclassified roads), making it one of the largest and most heavily trafficked local authority networks in the country.

The workload will be divided into six geographical areas, and awarded separate contracts. Suppliers may bid for any number of areas but will be awarded no more than two. The contract carries an initial term of three years, with options to extend for a further two years.

Works orders are raised by KCC Highway staff. The works will consist of small and medium patching generally within the carriageway. Small elements of footway patching may also be requested. Pre-site inspections will be undertaken, jointly between KCC and the Contractor where necessary, to minimise issues that may prevent the work from being carried out.

The contractors will deliver a programme of works over a 6- to 8-month period, usually between April through to October when the weather and road temperatures are optimal for highway repairs. The contractors will provide sufficient resource to achieve minimal deviation from projected timescales. Operatives are to be fully trained and have the required level of qualifications and expertise to deliver works and will be required to take before and after photos at each site. The key aim of these contracts is to deliver a permanent, quality first-time repair, including adjusting iron works and reinstating all white lining.

The Contractor is responsible for managing all aspects of traffic management according to the Code of Practice for Safety at Street Works & Road Works and the New Roads and Street Works Act 1991.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract may be extended for a period of up to 24 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Ashford and Folkestone & Hythe

Lot No

6

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Kent County Council (KCC) as upper tier Authority is the Highway Authority for highways maintainable at public expense and has such duty to maintain highways in accordance with S.41 of the Highways Act 1980. In order to meet and deliver upon these statutory obligations KCC requires competent contractors as there is no internal KCC employed resource to undertake this work.

There are around 5,445 miles of local roads in Kent (616 miles of A roads, 279 of B roads, 1,172 of C roads and 3,378 of unclassified roads), making it one of the largest and most heavily trafficked local authority networks in the country.

The workload will be divided into six geographical areas, and awarded separate contracts. Suppliers may bid for any number of areas but will be awarded no more than two. The contract carries an initial term of three years, with options to extend for a further two years.

Works orders are raised by KCC Highway staff. The works will consist of small and medium patching generally within the carriageway. Small elements of footway patching may also be requested. Pre-site inspections will be undertaken, jointly between KCC and the Contractor where necessary, to minimise issues that may prevent the work from being carried out.

The contractors will deliver a programme of works over a 6- to 8-month period, usually between April through to October when the weather and road temperatures are optimal for highway repairs. The contractors will provide sufficient resource to achieve minimal deviation from projected timescales. Operatives are to be fully trained and have the required level of qualifications and expertise to deliver works and will be required to take before and after photos at each site. The key aim of these contracts is to deliver a permanent, quality first-time repair, including adjusting iron works and reinstating all white lining.

The Contractor is responsible for managing all aspects of traffic management according to the Code of Practice for Safety at Street Works & Road Works and the New Roads and Street Works Act 1991.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract may be extended for a period of up to 24 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Kent County Council

Kent

Country

United Kingdom