Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Sussex County Council
County Hall
Chichester
PO19 1RG
UK
Contact person: David Robinson
E-mail: david.robinson@westsussex.gov.uk
NUTS: UKJ27
Internet address(es)
Main address: https://www.westsussex.gov.uk
Address of the buyer profile: https://www.westsussex.gov.uk
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://atamis-7669.my.site.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
WSCC Highways Core Maintenance Services - Re-procurement (2024)
II.1.2) Main CPV code
45233100
II.1.3) Type of contract
Works
II.1.4) Short description
A Term Service Contract for the provision of Highway Maintenance Core Services is being tendered by West Sussex County Council (WSCC) in accordance with the Public Contracts Regulations 2015 (PCR 2015).
II.1.5) Estimated total value
Value excluding VAT:
305 620 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71311220
71311220
45233130
45233000
45233300
45233310
45233210
II.2.3) Place of performance
NUTS code:
UKJ2
Main site or place of performance:
The County of West Sussex
II.2.4) Description of the procurement
A Term Service Contract for the provision of Highway Maintenance Core Services is being tendered by West Sussex County Council (WSCC) in accordance with the Public Contracts Regulations 2015 (PCR 2015).<br/><br/>For the purposes of this procurement exercise, the term Works or Services is used to describe the full range of Works or Services required. A summary of the Requirement is given below.<br/><br/>The appointment of a Single Supply Contractor to provide Highway Maintenance Core<br/>Services across the county of West Sussex, incorporating:<br/>o Emergency Response<br/>o Reactive Response<br/>o Winter Maintenance<br/>o Structures maintenance<br/>o Tree Maintenance<br/>o Weed Control<br/>o Provision and maintenance of Road Markings and Road Studs<br/>o Provision and maintenance of Road Signs<br/>o Maintenance of Structures<br/>o Maintenance of Fencing<br/>o Minor Improvement Works<br/>o Carriageway Patching<br/>o Contract Management - Staff<br/>o Mobilisation and Demobilisation<br/><br/>Please see Document 2: Specification for further details.<br/><br/>The tender pack is available via our e-sourcing portal here: https://atamis-7669.my.site.com/s/Welcome<br/><br/>The Contract is for the use of WSCC and the following partner authorities:<br/>-The District and Borough Councils of West Sussex<br/>-The Town Councils of West Sussex<br/>-The Parish Councils of West Sussex
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
305 620 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2032
This contract is subject to renewal: Yes
Description of renewals:
It is anticipated that the Term Service Contract will be awarded for an initial term of seven years from the Contract Commencement Date, 1st April 2025.<br/><br/>Extensions to the initial term of up to a further seven years may be awarded based upon evaluation of the contractor’s performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The Contract is for the use of WSCC and the following partner authorities:<br/>-The District and Borough Councils of West Sussex<br/>-The Town Councils of West Sussex<br/>-The Parish Councils of West Sussex
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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 enclosed tender pack.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per tender pack.
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/10/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
17/10/2024
Local time: 12:00
Place:
West Sussex County Council
Information about authorised persons and opening procedure:
Via e-sourcing portal
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2029
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
SW1A 2HQ
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/cabinet-office
VI.4.2) Body responsible for mediation procedures
Public Procurement Review Service
Cabinet Office
London
SW1A 2HQ
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/cabinet-office
VI.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Service
Cabinet Office
London
SW1A 2HQ
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/cabinet-office
VI.5) Date of dispatch of this notice
13/08/2024