Section one: Contracting authority
one.1) Name and addresses
Somerset County Council
County Hall
Taunton
TA1 4DY
Contact
Mr Gary Coleman
Telephone
+44 7748394536
Country
United Kingdom
Region code
UKK23 - Somerset
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplyingthesouthwest.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplyingthesouthwest.org.uk
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
Highway Term Service Contract 2024
Reference number
DN581359
two.1.2) Main CPV code
- 45233130 - Construction work for highways
two.1.3) Type of contract
Works
two.1.4) Short description
The Authority wishes to put in place a core highways maintenance contract that facilitates the delivery of innovative solutions, promotes recycling and re-use, and reduces the environmental impact of the services delivered throughout the lifetime of the contract.
The new Term Service Contract (TSC) will replace the existing highway maintenance contract at the end of March 2024. In combination with the TSC, there will be three other contracts that will deliver surfacing, surface dressing, and new assets. All of these contracts will be tendered separately. All contracts will support the Authority’s Climate Emergency Strategy and commitment to being carbon neutral by 2030.
The Authority looks to establish collaborative ways of delivering the service to the residents of Somerset in a cost effective, flexible, and agile way, maximising the potential for success for the Authority and the appointed Contractor.
two.1.5) Estimated total value
Value excluding VAT: £150,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34922100 - Road markings
- 34928320 - Guardrails
- 34928450 - Bollards
- 34928470 - Signage
- 34929000 - Highway materials
- 34990000 - Control, safety, signalling and light equipment
- 45111200 - Site preparation and clearance work
- 45111250 - Ground investigation work
- 45112100 - Trench-digging work
- 45112210 - Topsoil-stripping work
- 45112730 - Landscaping work for roads and motorways
- 45232452 - Drainage works
- 45233100 - Construction work for highways, roads
- 45233128 - Roundabout construction work
- 45233139 - Highway maintenance work
- 45233141 - Road-maintenance works
- 45233161 - Footpath construction work
- 45233162 - Cycle path construction work
- 45233210 - Surface work for highways
- 45233220 - Surface work for roads
- 45233228 - Surface coating construction work
- 45233252 - Surface work for streets
- 45233253 - Surface work for footpaths
- 45233270 - Parking-lot-surface painting work
- 45233290 - Installation of road signs
- 45233291 - Installation of bollards
- 45233292 - Installation of safety equipment
- 45233293 - Installation of street furniture
- 45233294 - Installation of road signals
- 45233300 - Foundation work for highways, roads, streets and footpaths
- 45233310 - Foundation work for highways
- 45316000 - Installation work of illumination and signalling systems
- 63712200 - Highway operation services
- 71311210 - Highways consultancy services
- 71313440 - Environmental Impact Assessment (EIA) services for construction
- 71322000 - Engineering design services for the construction of civil engineering works
- 71520000 - Construction supervision services
- 77340000 - Tree pruning and hedge trimming
- 90620000 - Snow-clearing services
- 90630000 - Ice-clearing services
- 90641000 - Gully cleaning services
two.2.3) Place of performance
NUTS codes
- UKK23 - Somerset
two.2.4) Description of the procurement
The objective of the Authority is to develop a suite of new contracts which will deliver the
following outcomes:
• A network that is adapted and resilient to climate change with a reduced carbon output, both in usage and maintenance to contribute to the commitment for Somerset to be carbon neutral by 2030.
• A safe, serviceable, and sustainable network that is fit for purpose for all users under all conditions and supports the development of the local economy.
• A service based on the intelligent client model that develops and sustains collaborative partnerships that deliver the objectives of all partners.
• A flexible and agile service that attracts and retains the best people and embraces best practice and new technologies to enable innovation.
• Sustain a financially resilient service that adopts robust asset management principles and delivers best value with the resources available.
• Optimise service efficiency and maximise income from commercialisation and external funding.
• A service that maximises social value and provides valuable local opportunities for individuals and businesses.
• An informed community that has high public satisfaction and is engaged and enabled to do more for themselves.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-002138
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 January 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 February 2023
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: No
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
Taunton
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom