Tender

Highways Specialist Works and Services: Subway Pumps (2024)

  • West Sussex County Council

F02: Contract notice

Notice identifier: 2025/S 000-007015

Procurement identifier (OCID): ocds-h6vhtk-04e769

Published 21 February 2025, 4:54pm



Section one: Contracting authority

one.1) Name and addresses

West Sussex County Council

County Hall

Chichester

PO19 1RG

Contact

David Robinson

Email

david.robinson@westsussex.gov.uk

Country

United Kingdom

Region code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

https://www.westsussex.gov.uk

Buyer's address

https://www.westsussex.gov.uk

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

Internet address

https://www.gov.uk/government/organisations/cabinet-office