Section one: Contracting authority
one.1) Name and addresses
Kent County Council
Invicta House
Maidstone
ME14 1XX
Contact
Ms Milly Massy
Telephone
+44 3000422036
Country
United Kingdom
Region code
UKJ4 - Kent
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://procontract.due-north.com/Advert/Index?advertId=02c8102b-b1e3-ef11-8134-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=02c8102b-b1e3-ef11-8134-005056b64545
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
Reference number
DN762100
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
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.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)
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Covering Dartford and Gravesham
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
Initial term of 36 months (3 years), with up to up to 24 months (2 years) of extension available
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
two.2) Description
two.2.1) Title
Sevenoaks and Tunbridge Wells
Lot No
2
two.2.2) Additional CPV code(s)
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Covering Sevenoaks and Tunbridge Wells
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
Initial term of 36 months (3 years), with up to up to 24 months (2 years) of extension available
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
two.2) Description
two.2.1) Title
Maidstone and Tonbridge & Malling
Lot No
3
two.2.2) Additional CPV code(s)
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Covering Maidstone and Tonbridge & Malling
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
Initial term of 36 months (3 years), with up to up to 24 months (2 years) of extension available
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
two.2) Description
two.2.1) Title
Swale and Canterbury
Lot No
4
two.2.2) Additional CPV code(s)
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Covering Swale and Canterbury
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
Initial term of 36 months (3 years), with up to up to 24 months (2 years) of extension available
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
two.2) Description
two.2.1) Title
Thanet and Dover
Lot No
5
two.2.2) Additional CPV code(s)
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Covering Thanet and Dover
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
Initial term of 36 months (3 years), with up to up to 24 months (2 years) of extension available
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
two.2) Description
two.2.1) Title
Ashford and Folkestone & Hythe
Lot No
6
two.2.2) Additional CPV code(s)
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Covering Ashford and Folkestone & Hythe
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
Initial term of 36 months (3 years), with up to up to 24 months (2 years) of extension available
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 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
12 April 2025
Local time
12:05am
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
Maidstone
Country
United Kingdom