Section one: Contracting authority
one.1) Name and addresses
West Sussex County Council
County Hall
Chichester
PO19 1RG
Contact
David Robinson
david.robinson@westsussex.gov.uk
Country
United Kingdom
Region code
UKJ27 - West Sussex (South West)
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-7669.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-7669.my.site.com/s/Welcome
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
Highways Specialist Works and Services: Subway Pumps (2024)
Reference number
C19688
two.1.2) Main CPV code
- 50511000 - Repair and maintenance services of pumps
two.1.3) Type of contract
Services
two.1.4) Short description
A contract for the Provision of Services for the Maintenance of Pump Equipment on Highway Drainage Assets is being tendered by West Sussex County Council (WSCC) in accordance with the Public Contracts Regulations 2015 (PCR 2015). WSCC requires a single contractor to deliver the Services for the duration of the Contract.
Responses and communication must be via the WSCC e-Souricng portal here: https://atamis-7669.my.site.com/s/Welcome
two.1.5) Estimated total value
Value excluding VAT: £350,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50511100 - Repair and maintenance services of liquid pumps
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
West Sussex
two.2.4) Description of the procurement
A contract for the Provision of Services for the Maintenance of Pump Equipment on Highway Drainage Assets is being tendered by West Sussex County Council (WSCC) in accordance with the Public Contracts Regulations 2015 (PCR 2015). WSCC requires a single contractor to deliver the Services for the duration of the Contract.
For the purposes of this procurement exercise, the term Services is used to describe the full range of Services required. A summary of the Requirement is given below.
• Under the provisions of the Highways Act 1981, the Council has a statutory obligation to ensure the highway is maintained so that it is “Fit for purpose” and “Safe for use”.
• There are currently 18 surface water sites that utilise pumped drainage assets to manage surface water run-off from the highway.
• The key liabilities associated with these sites relates to the failure of pumped drainage equipment leading to flooding of the highway.
• Each site has a specific maintenance schedule to ensure availability of the equipment which is available in the Data Room
• The Service Provider will be responsible for the maintenance and servicing of pumps and associated infrastructure at the Sites.
• The Service Provider will be required to de-silt the pump chambers at the Sites and dispose of any arisings to a licensed facility.
• The Service Provider will be required to maintain and/or replace lifting chains (where applicable) at the Sites.
• The Service Provider will be required to provide all pedestrian and vehicular traffic management to undertake the works.
• The Service Provider will be required to attend emergency call outs when required at the Sites.
Please see Document 2: Specification for further details. WSCC reserves the right to propose non-material changes to the Specification, if necessary, through consultation with the successful Bidder.
This tender will not contain lots.
Responses and communication must be via the WSCC e-Souricng portal here: https://atamis-7669.my.site.com/s/Welcome
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2025
End date
30 April 2028
This contract is subject to renewal
Yes
Description of renewals
Up to an additional 2 years. Final possible end date: 30/04/2030.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
24 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 March 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
SW1A 2HQ
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/cabinet-office
six.4.2) Body responsible for mediation procedures
Public Procurement Review Service
Cabinet Office
London
SW1A 2HQ
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/cabinet-office
six.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Service
Cabinet Office
London
SW1A 2HQ
Country
United Kingdom