Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Highway Term Service Contract 2024

  • First published: 13 December 2022
  • Last modified: 13 December 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-030ef3
Published by:
Somerset County Council
Authority ID:
AA20101
Publication date:
13 December 2022
Deadline date:
20 January 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Somerset County Council

County Hall

Taunton

TA1 4DY

UK

Contact person: Mr Gary Coleman

Telephone: +44 7748394536

E-mail: GColeman@somerset.gov.uk

NUTS: UKK23

Internet address(es)

Main address: https://www.somerset.gov.uk

Address of the buyer profile: https://www.supplyingthesouthwest.org.uk

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.supplyingthesouthwest.org.uk


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

Highway Term Service Contract 2024

Reference number: DN581359

II.1.2) Main CPV code

45233130

 

II.1.3) Type of contract

Works

II.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.

II.1.5) Estimated total value

Value excluding VAT: 150 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

34922100

34928320

34928450

34928470

34929000

34990000

45111200

45111250

45112100

45112210

45112730

45232452

45233100

45233128

45233139

45233141

45233161

45233162

45233210

45233220

45233228

45233252

45233253

45233270

45233290

45233291

45233292

45233293

45233294

45233300

45233310

45316000

63712200

71311210

71313440

71322000

71520000

77340000

90620000

90630000

90641000

II.2.3) Place of performance

NUTS code:

UKK23

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

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: 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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.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

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-002138

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 20/01/2023

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 17/02/2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

Taunton

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

VI.5) Date of dispatch of this notice

12/12/2022

Coding

Commodity categories

ID Title Parent category
34928450 Bollards Road furniture
71520000 Construction supervision services Construction-related services
45233130 Construction work for highways Construction, foundation and surface works for highways, roads
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
34990000 Control, safety, signalling and light equipment Miscellaneous transport equipment and spare parts
45233162 Cycle path construction work Construction, foundation and surface works for highways, roads
45232452 Drainage works Ancillary works for pipelines and cables
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71313440 Environmental Impact Assessment (EIA) services for construction Environmental engineering consultancy services
45233161 Footpath construction work Construction, foundation and surface works for highways, roads
45233310 Foundation work for highways Construction, foundation and surface works for highways, roads
45233300 Foundation work for highways, roads, streets and footpaths Construction, foundation and surface works for highways, roads
45111250 Ground investigation work Demolition, site preparation and clearance work
34928320 Guardrails Road furniture
90641000 Gully cleaning services Gully cleaning and emptying services
45233139 Highway maintenance work Construction, foundation and surface works for highways, roads
34929000 Highway materials Road equipment
63712200 Highway operation services Support services for road transport
71311210 Highways consultancy services Civil engineering consultancy services
90630000 Ice-clearing services Cleaning and sanitation services in urban or rural areas, and related services
45233291 Installation of bollards Construction, foundation and surface works for highways, roads
45233294 Installation of road signals Construction, foundation and surface works for highways, roads
45233290 Installation of road signs Construction, foundation and surface works for highways, roads
45233292 Installation of safety equipment Construction, foundation and surface works for highways, roads
45233293 Installation of street furniture Construction, foundation and surface works for highways, roads
45316000 Installation work of illumination and signalling systems Electrical installation work
45112730 Landscaping work for roads and motorways Excavating and earthmoving work
45233270 Parking-lot-surface painting work Construction, foundation and surface works for highways, roads
34922100 Road markings Road-marking equipment
45233141 Road-maintenance works Construction, foundation and surface works for highways, roads
45233128 Roundabout construction work Construction, foundation and surface works for highways, roads
34928470 Signage Road furniture
45111200 Site preparation and clearance work Demolition, site preparation and clearance work
90620000 Snow-clearing services Cleaning and sanitation services in urban or rural areas, and related services
45233228 Surface coating construction work Construction, foundation and surface works for highways, roads
45233253 Surface work for footpaths Construction, foundation and surface works for highways, roads
45233210 Surface work for highways Construction, foundation and surface works for highways, roads
45233220 Surface work for roads Construction, foundation and surface works for highways, roads
45233252 Surface work for streets Construction, foundation and surface works for highways, roads
45112210 Topsoil-stripping work Excavating and earthmoving work
77340000 Tree pruning and hedge trimming Horticultural services
45112100 Trench-digging work Excavating and earthmoving work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
GColeman@somerset.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.