Tender

ESCC LC Highways Infrastructure Services 2023-2030

  • East Sussex County Council

F02: Contract notice

Notice identifier: 2021/S 000-028362

Procurement identifier (OCID): ocds-h6vhtk-02f639

Published 12 November 2021, 2:51pm



Section one: Contracting authority

one.1) Name and addresses

East Sussex County Council

County Hall,St. Annes Crescent

LEWES

BN71UE

Contact

Laura Curme

Email

Laura.Curme@eastsussex.gov.uk

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

Internet address(es)

Main address

http://www.eastsussex.gov.uk/procurement

Buyer's address

www.sesharedservices.org.uk/esourcing

one.3) Communication

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

www.sesharedservices.org.uk/esourcing

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.sesharedservices.org.uk/esourcing

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

ESCC LC Highways Infrastructure Services 2023-2030

Reference number

ESCC - 033618

two.1.2) Main CPV code

  • 45233139 - Highway maintenance work

two.1.3) Type of contract

Works

two.1.4) Short description

East Sussex County Council (the Contracting Authority) is seeking to appoint a single provider to enter into a contract for the provision of the maintenance, improvement and design of the publicly maintained highways and civil infrastructure within the ESCC region.

The main services to be provided are:

Highways maintenance (including road and bridges)

Highways winter maintenance

Highways improvements (including capital schemes)

Highways professional services (Including design)

Design Services including:

Transportation modelling and forecasting, Transportation impact assessments, LTP Highway

design and supervision, Contract preparation and Measurement, Traffic Signal design/ ITS, Traffic

Sign design, Road safety auditing, Public Exhibitions, Highways and Transport Management

Consultancy, Project Management, Highway visual inspections, Section 38 New Streets Admin,

Highway structural maintenance design and supervision, 3D highways design and modelling, CDM

coordination, Drainage design, Bridge design and assessment, Topographical surveys, Flood risk

assessment, LTP programme management, Traffic noise and vibration studies, Virtual reality

modelling, Statutory procedures (e.g. Planning, CPO, SRO), Road restraint system inspection and design, Bridge management, Bridge inspections, Bridge routine maintenance, S278 design checks, Landscaping, Ecology, Air Quality, Archaeology, Ground penetrating radar surveys, Geotechnical investigations and testing, Noise surveys, Street lighting design, Contaminated site remediation,

Waste infrastructure design and project management, Building structure design, Traffic and transport data collection.

two.1.5) Estimated total value

Value excluding VAT: £730,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34929000 - Highway materials
  • 34970000 - Traffic-monitoring equipment
  • 34990000 - Control, safety, signalling and light equipment
  • 43300000 - Construction machinery and equipment
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 45000000 - Construction work
  • 71000000 - Architectural, construction, engineering and inspection services
  • 77310000 - Planting and maintenance services of green areas
  • 77340000 - Tree pruning and hedge trimming
  • 79900000 - Miscellaneous business and business-related services
  • 90620000 - Snow-clearing services
  • 90640000 - Gully cleaning and emptying services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKJ22 - East Sussex CC
Main site or place of performance

England - South East

two.2.4) Description of the procurement

As detailed in the procurement documents

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: £730,000,000

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

Duration in months

167

This contract is subject to renewal

Yes

Description of renewals

It is anticipated that the contract term will be up to a maximum of 13 years 11 months (i.e. 6 year 11 month initial term plus option to extend for one additional 7 year period).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

Please refer to the Selection Questionnaire

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents and the contract.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

13 December 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

17 January 2022

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: 9 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Selection Questionnaire responses and tenders are to be completed electronically using the SE Shared Services Procurement eSourcing portal (https://www.sesharedservices.org.uk/esourcing/opportunities). The SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates must register their organisation on the SE Shared Services portal.

Bidders will need to sign a Confidentiality Undertaking to access the documents on the portal and make submissions.

Bidders will remain responsible for all costs and expenses incurred by them or by any third party the Bidders use or rely upon to take part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. East Sussex County Council reserves the right, acting in accordance with PCR2015, at any time to: i) reject any or all responses ;; ii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; iii) require a Bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); iv) cancel/terminate the procurement process at any time; and v) amend for all Bidders the terms and conditions of the selection and evaluation process.

The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received.

Employment Regulations 2006 may apply and applicants should seek their own legal advice on this subject.

The East Sussex County Council reserves the right to procure from the successful Bidder services consisting of the repetition of similar services entrusted to the successful Bidder in conformity with the terms of the original contract and as indicated in it, acting in accordance with Regulation 32(9) and (10).

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

Telephone

+44 2079477882

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Any appeals should be promptly brought to the attention of the Philip Baker Assistant Chief Executive Director of the Council at the address specified in Section I) above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the time-scales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015. In accordance with such Regulations, the Council will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.