Tender

SCC - AC - Vehicle Crossover Works

  • Surrey County Council

F02: Contract notice

Notice identifier: 2024/S 000-040106

Procurement identifier (OCID): ocds-h6vhtk-04c78d

Published 12 December 2024, 2:36pm



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

Woodhatch Place, 11 Cockshot Hill

Reigate

RH2 8EF

Contact

Andrew Clarke

Email

Andrew.Clarke@Surreycc.gov

Country

United Kingdom

Region code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

https://supplierlive.proactis2p.com

Buyer's address

www.surreycc.gov.uk/

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