II.2.2) Additional CPV code(s)
34143000
34920000
34970000
34990000
44113910
45233139
90640000
II.2.3) Place of performance
NUTS code:
UKJ4
II.2.4) Description of the procurement
The Council undertook a market engagement exercise to inform the contract, scope, and procurement procedure for this Opportunity, which was notified to the market via the Kent Business Portal. The agenda was designed to explore with the market how the Council could shape the procurement procedure to ensure a successful contract that not only provides best value but also an updated approach to service delivery. Three separate rounds of market engagement were held in January, June, and August 2024, with a range of suppliers, to obtain market input and confirm current thinking. Note that participation in the pre-market engagement exercises is not a prerequisite to participating in this Procurement, nor does it confer any advantage with respect to the Procurement for this opportunity. The Council encourages small and medium-sized enterprises to participate in this Procurement, either as Candidates, consortium members, supply-chain partners or sub-contractors.
The Current HTMC delivers a number of essential and statutory services, including the following:
• Winter Service Provision – e.g. gritting/salting the road network during freezing conditions including ploughing during snow events.
• Drainage Maintenance and Capital Projects – e.g. cyclical highway drainage cleansing, emergency response during storm events and capital drainage repair schemes.
• Structures – e.g. bridge repairs, tunnel maintenance and management and construction of new structures.
• Highway patching and small to medium-scale road asset renewal works – e.g. pothole repairs and larger surface defect repairs of the highway.
• Pavement asset preservation services – e.g. carriageway and footway life extension treatments such as surface dressing.
• Emergency Response – e.g. responding to emergencies across the network due to weather, emergency services support, vehicle collisions, and structural asset failure both in hours and out of hours, 24/7/365.
• Highway Improvement Scheme Delivery – e.g. construction of schemes for crash remedial measures, engineering and traffic schemes and S.106 requirements.
The below is a summary of the indicative scope for the Contract:
• Routine maintenance
• Highways schemes
• Structures and Tunnels maintenance
• High Speed Road maintenance programme
• Emergency and Out of Hours
• Winter service
• Drainage civil schemes
• Drainage cleansing
• Road and footway patching / pothole repairs
• Small/Medium reactive road asset renewal
• Signs maintenance
• Lining maintenance
• Barrier repairs
• Asset improvements
• Pavement asset preservation services
• Professional services ((limited to design for civil engineering works to assist the delivery of projects)
• Major Projects (as an alternative route to market, up to £5m)
Please note that the above is only indicative and may be subject to change as the Procurement progresses. Furthermore, due to the term of the Contract and the nature of the Services, the Council reserves the right to include additional supporting and/or related services in the Scope, including during the term of the Contract and in accordance with its terms.
II.2.5) Award criteria
Criteria below:
Quality criterion: Price is not the only award criterion and all criteria are stated only in the procurement documents
/ Weighting: 100
Price
II.2.6) Estimated value
Value excluding VAT:
2 000 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 258
This contract is subject to renewal: No
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:
Yes
Description of options:
There is the potential for a contract extension of a further 7 years (84 months), depending on both the success in achieving the required outcomes and the availability of further funding. The Contract will also include a performance regime that may result in the adjustment of its term. Further detail will be provided in the Draft Contract and draft ITT, which will be published in due course (please see the Indicative Timetable in the PIM).
The indicative scope includes the potential for the following local authorities to have access to and enter into Task Orders under the Contract and in order to deliver specific schemes/projects:
1. Ashford Borough Council
2. Canterbury City Council
3. Dartford Borough Council
4. Dover District Council
5. Folkestone and Hythe District Council
6. Gravesham Borough Council
7. Maidstone Borough Council
8. Medway Council
9. Sevenoaks District Council
10. Swale Borough Council
11. Thanet District Council
12. Tonbridge and Malling Borough Council
13. Tunbridge Wells Borough Council
Please note that as the Council is utilising the competitive procedure with negotiation, such options will be included in the Draft Contract and will be developed as part of the negotiation process with those Tenderers selected to participate in that phase of the Procurement.
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
Kent County Council (the “Council”) is the largest local authority in England covering an area of 3,500 square kilometers. It has an annual expenditure of over £1bn on goods and services and a population of 1.6m. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with the NHS Kent and Medway Integrated Care Board, twelve (12) district councils, and over 300 parish/town councils.
The Council consists of four directorates:
• Adult Social Care and Health
• Children, Young People and Education
• Growth, Environment and Transport
• Chief Executive’s Department and Deputy Chief Executive's Department
This Opportunity is being commissioned on behalf of the Growth, Environment and Transport directorate.
The Council is the Highway Authority responsible for the delivery of a statutory highways service for the residents of Kent (excluding Medway and trunk roads and motorways) and any other person using the highway. The Council’s Highways and Transportation group (“H&T”) is the intelligent client that has delegated responsibility for maintaining the Council’s highways’ assets.
An NEC4 Term Service Contract will be used with the following options:
• Option A: Priced contract with price list
• Option C: Target contract with price list
• Option E: Cost reimbursable contract
The Contract will feature break clauses, for example and amongst other things, to enable termination in the event of poor performance, in line with the NEC4 Term Service Contract.
The Council is open to considering innovative delivery methods, including partnerships between providers.