Section one: Contracting authority
one.1) Name and addresses
Surrey County Council
Woodhatch Place, 11 Cockshot Hill
Reigate
RH2 8EF
Contact
Andrew Clarke
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://supplierlive.proactis2p.com
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactis2p.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactis2p.com
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
SCC - AC - Vehicle Crossover Works
Reference number
DN2711
two.1.2) Main CPV code
- 70100000 - Real estate services with own property
two.1.3) Type of contract
Services
two.1.4) Short description
A vehicle crossover (VCO), often referred to as a dropped kerb, provides the legal means to access your property using a car or other domestic vehicle. Householders must gain permission by means of a licence from Surrey County Council (SCC) for a VCO. The license allows Surrey residents to create a vehicle crossover but does not give any ownership rights over the payment. The council will still own the pavement and will continue to make all decisions about its maintenance.
Surrey residents have the option to apply for access to their property. If the site meets the criteria set, then works can be carried out by 3rd party contractors to alter the footway/highway to provide access under a section 184 licence.
This project will be required to provide residents with a list of contractors selected by Surrey County Council following an invitation to tender process for a Dynamic Purchasing Scheme in order to carry out vehicle cross overs.
This will require a flexible solution to be able to offer Surrey residents a range of contractors to choose from who are local and readily available to take on vehicle crossover construction works.
These vehicle crossover works will be commissioned by Surrey Highways on behalf of applicants and residents, as follows;
1. Contractors will be held on list of successful tenders.
2. The list will be supplied to the resident when crossover applications are approved.
3. The resident requests a quote from the contractor.
4. Surrey Highways will raise a contract by way of a works order with the applicant’s chosen Contractor detailing the scope of the work required.
5. The resident will be required to pay Surrey the quote and the administration fee.
6. SCC will then make payment to the contractor following successful visual inspection of works and retain the administration fee.
Out of scope is the provision/supply of materials to carry out such works – all materials are provided by the contractor.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45233210 - Surface work for highways
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Provision for vehicle crossover (VCO), often referred to as a dropped kerb, provides the legal means to access your property using a car or other domestic vehicle.
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
End date
29 February 2028
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
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
24 January 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
24 January 2025
Local time
12:00pm
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
High Court of England and Wales
Strand, City of Westminster
London
WC2A 2LL
Country
United Kingdom