Section one: Contracting authority
one.1) Name and addresses
West Sussex County Council
County Hall, West Street
Chichester
PO19 1RQ
Contact
David Robinson
david.robinson@westsussex.gov.uk
Telephone
+44 02226995
Country
United Kingdom
Region code
UKJ27 - West Sussex (South West)
Internet address(es)
Main address
https://www.westsussex.gov.uk/default.aspx
Buyer's address
https://www.westsussex.gov.uk/default.aspx
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
Framework Agreement for the Provision of Highways Capital Delivery Services
two.1.2) Main CPV code
- 45233139 - Highway maintenance work
two.1.3) Type of contract
Works
two.1.4) Short description
A Framework Agreement for the provision of Highway 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. Bidders are invited to tender for multiple Lots but should note that separate tenders for each Lot they wish to be considered for must be submitted. A summary of the Requirement is given below.
• The appointment of a maximum of five Contractors to each Lot described below under the Highways Services Framework to provide Highways Services across the county of West Sussex. The Framework Services comprise four lots, incorporating:
• Lot 4 - Carriageway and Footway Resurfacing
o Mobilisation/demobilisation services
o Carriageway Resurfacing (including in-situ recycling, Traffic Management, lining and studs)
o Footway Resurfacing (resurfacing, reconstruction and in-situ recycling)
• Lot 5 - Carriageway Surface Dressing and Carriageway & Footway Treatments
o Mobilisation/demobilisation services
o Carriageway surface dressing
o Carriageway treatments, high friction surfacing, re-texturing, joint sealing (including in-situ recycling, Traffic Management, lining and studs
o Footway services (repairs, micro surfacing)
• Lot 6 - Infrastructure Improvement
o Mobilisation/demobilisation services
o Highway improvement schemes - £25k<£2m
• Lot 7 - Carriageway Structural Patching
o Mobilisation/demobilisation services
o Carriageway Structural Patching
o PSD Patching
o Minor Carriageway Associated Civils
o Footway Resurfacing (resurfacing, reconstruction, and in-situ recycling)
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 4: Carriageway and Footway Resurfacing
Lot No
4
two.2.2) Additional CPV code(s)
- 45233139 - Highway maintenance work
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
As per the enclosed tender pack.
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: £80,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
Where changes to UK public procurement regulations or legislation during the life of the Framework Agreement permit, extensions to this Framework Agreement may be applied at the Councils discretion to a total term of 6-years. The total contract values shall be adjusted accordingly by the annual values presented.
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
A maximum of 5 contractors will be awarded a place on this lot.
two.2) Description
two.2.1) Title
Lot 5 - Carriageway Surface Dressing and Carriageway & Footway Treatments
Lot No
5
two.2.2) Additional CPV code(s)
- 45233139 - Highway maintenance work
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
As per the enclosed tender pack.
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: £40,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
Where changes to UK public procurement regulations or legislation during the life of the Framework Agreement permit, extensions to this Framework Agreement may be applied at the Councils discretion to a total term of 6-years. The total contract values shall be adjusted accordingly by the annual values presented.
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
A maximum of 5 contractors will be awarded a place on this lot.
two.2) Description
two.2.1) Title
Lot 6 - Infrastructure Improvement
Lot No
6
two.2.2) Additional CPV code(s)
- 45233139 - Highway maintenance work
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
As per the enclosed tender pack.
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: £58,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
Where changes to UK public procurement regulations or legislation during the life of the Framework Agreement permit, extensions to this Framework Agreement may be applied at the Councils discretion to a total term of 6-years. The total contract values shall be adjusted accordingly by the annual values presented.
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
A maximum of 5 contractors will be awarded a place on this lot.
two.2) Description
two.2.1) Title
Lot 7 - Carriageway Structural Patching
Lot No
7
two.2.2) Additional CPV code(s)
- 45233139 - Highway maintenance work
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
As per the enclosed tender pack.
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: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
Where changes to UK public procurement regulations or legislation during the life of the Framework Agreement permit, extensions to this Framework Agreement may be applied at the Councils discretion to a total term of 6-years. The total contract values shall be adjusted accordingly by the annual values presented.
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
A maximum of 5 contractors will be awarded a place on this lot.
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 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 the 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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 20
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
4 December 2023
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 December 2023
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Framework Agreement 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
A maximum of 5 contractors will be awarded a place on the Framework Agreement per lot.
six.4) Procedures for review
six.4.1) Review body
West Sussex County Council
County Hall, West Street
Chichester
PO19 1RQ
Country
United Kingdom
Internet address
https://www.westsussex.gov.uk/default.aspx
six.4.2) Body responsible for mediation procedures
West Sussex County Council
County Hall, West Street
Chichester
PO19 1RQ
Country
United Kingdom
Internet address
https://www.westsussex.gov.uk/default.aspx
six.4.4) Service from which information about the review procedure may be obtained
West Sussex County Council
County Hall, West Street
Chichester
PO19 1RQ
Country
United Kingdom