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.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
WSCC Highways Core Maintenance Services - Re-procurement (2024)
two.1.2) Main CPV code
- 45233100 - Construction work for highways, roads
two.1.3) Type of contract
Works
two.1.4) Short description
A Term Service Contract for the provision of Highway Maintenance Core Services is being tendered by West Sussex County Council (WSCC) in accordance with the Public Contracts Regulations 2015 (PCR 2015).
two.1.5) Estimated total value
Value excluding VAT: £305,620,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71311220 - Highways engineering services
- 71311220 - Highways engineering services
- 45233130 - Construction work for highways
- 45233000 - Construction, foundation and surface works for highways, roads
- 45233300 - Foundation work for highways, roads, streets and footpaths
- 45233310 - Foundation work for highways
- 45233210 - Surface work for highways
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
The County of West Sussex
two.2.4) Description of the procurement
A Term Service Contract for the provision of Highway Maintenance Core Services is being tendered by West Sussex County Council (WSCC) in accordance with the Public Contracts Regulations 2015 (PCR 2015).
For the purposes of this procurement exercise, the term Works or Services is used to describe the full range of Works or Services required. A summary of the Requirement is given below.
The appointment of a Single Supply Contractor to provide Highway Maintenance Core
Services across the county of West Sussex, incorporating:
o Emergency Response
o Reactive Response
o Winter Maintenance
o Structures maintenance
o Tree Maintenance
o Weed Control
o Provision and maintenance of Road Markings and Road Studs
o Provision and maintenance of Road Signs
o Maintenance of Structures
o Maintenance of Fencing
o Minor Improvement Works
o Carriageway Patching
o Contract Management - Staff
o Mobilisation and Demobilisation
Please see Document 2: Specification for further details.
The tender pack is available via our e-sourcing portal here: https://atamis-7669.my.site.com/s/Welcome
The Contract is for the use of WSCC and the following partner authorities:
-The District and Borough Councils of West Sussex
-The Town Councils of West Sussex
-The Parish Councils of West Sussex
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: £305,620,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2032
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the Term Service Contract will be awarded for an initial term of seven years from the Contract Commencement Date, 1st April 2025.
Extensions to the initial term of up to a further seven years may be awarded based upon evaluation of the contractor’s performance.
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.2.14) Additional information
The Contract is for the use of WSCC and the following partner authorities:
-The District and Borough Councils of West Sussex
-The Town Councils of West Sussex
-The Parish Councils of West Sussex
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per the enclosed tender pack.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per tender pack.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
17 October 2024
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
17 October 2024
Local time
12:00pm
Place
West Sussex County Council
Information about authorised persons and opening procedure
Via e-sourcing portal
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2029
six.2) Information about electronic workflows
Electronic ordering will be used
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