The procurement documents are available for unrestricted and full direct access, free of charge at:
Lot No: 1
II.2.1) Title
Dartford and Gravesham
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKJ4
II.2.4) Description of the procurement
Kent County Council (KCC) as upper tier Authority is the Highway Authority for highways maintainable at public expense and has such duty to maintain highways in accordance with S.41 of the Highways Act 1980. In order to meet and deliver upon these statutory obligations KCC requires competent contractors as there is no internal KCC employed resource to undertake this work.
There are around 5,445 miles of local roads in Kent (616 miles of A roads, 279 of B roads, 1,172 of C roads and 3,378 of unclassified roads), making it one of the largest and most heavily trafficked local authority networks in the country.
The workload will be divided into six geographical areas, and awarded separate contracts. Suppliers may bid for any number of areas but will be awarded no more than two. The contract carries an initial term of three years, with options to extend for a further two years.
Works orders are raised by KCC Highway staff. The works will consist of small and medium patching generally within the carriageway. Small elements of footway patching may also be requested. Pre-site inspections will be undertaken, jointly between KCC and the Contractor where necessary, to minimise issues that may prevent the work from being carried out.
The contractors will deliver a programme of works over a 6- to 8-month period, usually between April through to October when the weather and road temperatures are optimal for highway repairs. The contractors will provide sufficient resource to achieve minimal deviation from projected timescales. Operatives are to be fully trained and have the required level of qualifications and expertise to deliver works and will be required to take before and after photos at each site. The key aim of these contracts is to deliver a permanent, quality first-time repair, including adjusting iron works and reinstating all white lining.
The Contractor is responsible for managing all aspects of traffic management according to the Code of Practice for Safety at Street Works & Road Works and the New Roads and Street Works Act 1991.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The contract may be extended for a period of up to 24 months.
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
Lot No: 2
II.2.1) Title
Sevenoaks and Tunbridge Wells
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKJ4
II.2.4) Description of the procurement
Kent County Council (KCC) as upper tier Authority is the Highway Authority for highways maintainable at public expense and has such duty to maintain highways in accordance with S.41 of the Highways Act 1980. In order to meet and deliver upon these statutory obligations KCC requires competent contractors as there is no internal KCC employed resource to undertake this work.
There are around 5,445 miles of local roads in Kent (616 miles of A roads, 279 of B roads, 1,172 of C roads and 3,378 of unclassified roads), making it one of the largest and most heavily trafficked local authority networks in the country.
The workload will be divided into six geographical areas, and awarded separate contracts. Suppliers may bid for any number of areas but will be awarded no more than two. The contract carries an initial term of three years, with options to extend for a further two years.
Works orders are raised by KCC Highway staff. The works will consist of small and medium patching generally within the carriageway. Small elements of footway patching may also be requested. Pre-site inspections will be undertaken, jointly between KCC and the Contractor where necessary, to minimise issues that may prevent the work from being carried out.
The contractors will deliver a programme of works over a 6- to 8-month period, usually between April through to October when the weather and road temperatures are optimal for highway repairs. The contractors will provide sufficient resource to achieve minimal deviation from projected timescales. Operatives are to be fully trained and have the required level of qualifications and expertise to deliver works and will be required to take before and after photos at each site. The key aim of these contracts is to deliver a permanent, quality first-time repair, including adjusting iron works and reinstating all white lining.
The Contractor is responsible for managing all aspects of traffic management according to the Code of Practice for Safety at Street Works & Road Works and the New Roads and Street Works Act 1991.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The contract may be extended for a period of up to 24 months.
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
Lot No: 3
II.2.1) Title
Maidstone and Tonbridge & Malling
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKJ4
II.2.4) Description of the procurement
Kent County Council (KCC) as upper tier Authority is the Highway Authority for highways maintainable at public expense and has such duty to maintain highways in accordance with S.41 of the Highways Act 1980. In order to meet and deliver upon these statutory obligations KCC requires competent contractors as there is no internal KCC employed resource to undertake this work.
There are around 5,445 miles of local roads in Kent (616 miles of A roads, 279 of B roads, 1,172 of C roads and 3,378 of unclassified roads), making it one of the largest and most heavily trafficked local authority networks in the country.
The workload will be divided into six geographical areas, and awarded separate contracts. Suppliers may bid for any number of areas but will be awarded no more than two. The contract carries an initial term of three years, with options to extend for a further two years.
Works orders are raised by KCC Highway staff. The works will consist of small and medium patching generally within the carriageway. Small elements of footway patching may also be requested. Pre-site inspections will be undertaken, jointly between KCC and the Contractor where necessary, to minimise issues that may prevent the work from being carried out.
The contractors will deliver a programme of works over a 6- to 8-month period, usually between April through to October when the weather and road temperatures are optimal for highway repairs. The contractors will provide sufficient resource to achieve minimal deviation from projected timescales. Operatives are to be fully trained and have the required level of qualifications and expertise to deliver works and will be required to take before and after photos at each site. The key aim of these contracts is to deliver a permanent, quality first-time repair, including adjusting iron works and reinstating all white lining.
The Contractor is responsible for managing all aspects of traffic management according to the Code of Practice for Safety at Street Works & Road Works and the New Roads and Street Works Act 1991.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The contract may be extended for a period of up to 24 months.
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
Lot No: 4
II.2.1) Title
Swale and Canterbury
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKJ4
II.2.4) Description of the procurement
Kent County Council (KCC) as upper tier Authority is the Highway Authority for highways maintainable at public expense and has such duty to maintain highways in accordance with S.41 of the Highways Act 1980. In order to meet and deliver upon these statutory obligations KCC requires competent contractors as there is no internal KCC employed resource to undertake this work.
There are around 5,445 miles of local roads in Kent (616 miles of A roads, 279 of B roads, 1,172 of C roads and 3,378 of unclassified roads), making it one of the largest and most heavily trafficked local authority networks in the country.
The workload will be divided into six geographical areas, and awarded separate contracts. Suppliers may bid for any number of areas but will be awarded no more than two. The contract carries an initial term of three years, with options to extend for a further two years.
Works orders are raised by KCC Highway staff. The works will consist of small and medium patching generally within the carriageway. Small elements of footway patching may also be requested. Pre-site inspections will be undertaken, jointly between KCC and the Contractor where necessary, to minimise issues that may prevent the work from being carried out.
The contractors will deliver a programme of works over a 6- to 8-month period, usually between April through to October when the weather and road temperatures are optimal for highway repairs. The contractors will provide sufficient resource to achieve minimal deviation from projected timescales. Operatives are to be fully trained and have the required level of qualifications and expertise to deliver works and will be required to take before and after photos at each site. The key aim of these contracts is to deliver a permanent, quality first-time repair, including adjusting iron works and reinstating all white lining.
The Contractor is responsible for managing all aspects of traffic management according to the Code of Practice for Safety at Street Works & Road Works and the New Roads and Street Works Act 1991.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The contract may be extended for a period of up to 24 months.
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
Lot No: 5
II.2.1) Title
Thanet and Dover
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKJ4
II.2.4) Description of the procurement
Kent County Council (KCC) as upper tier Authority is the Highway Authority for highways maintainable at public expense and has such duty to maintain highways in accordance with S.41 of the Highways Act 1980. In order to meet and deliver upon these statutory obligations KCC requires competent contractors as there is no internal KCC employed resource to undertake this work.
There are around 5,445 miles of local roads in Kent (616 miles of A roads, 279 of B roads, 1,172 of C roads and 3,378 of unclassified roads), making it one of the largest and most heavily trafficked local authority networks in the country.
The workload will be divided into six geographical areas, and awarded separate contracts. Suppliers may bid for any number of areas but will be awarded no more than two. The contract carries an initial term of three years, with options to extend for a further two years.
Works orders are raised by KCC Highway staff. The works will consist of small and medium patching generally within the carriageway. Small elements of footway patching may also be requested. Pre-site inspections will be undertaken, jointly between KCC and the Contractor where necessary, to minimise issues that may prevent the work from being carried out.
The contractors will deliver a programme of works over a 6- to 8-month period, usually between April through to October when the weather and road temperatures are optimal for highway repairs. The contractors will provide sufficient resource to achieve minimal deviation from projected timescales. Operatives are to be fully trained and have the required level of qualifications and expertise to deliver works and will be required to take before and after photos at each site. The key aim of these contracts is to deliver a permanent, quality first-time repair, including adjusting iron works and reinstating all white lining.
The Contractor is responsible for managing all aspects of traffic management according to the Code of Practice for Safety at Street Works & Road Works and the New Roads and Street Works Act 1991.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The contract may be extended for a period of up to 24 months.
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
Lot No: 6
II.2.1) Title
Ashford and Folkestone & Hythe
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKJ4
II.2.4) Description of the procurement
Kent County Council (KCC) as upper tier Authority is the Highway Authority for highways maintainable at public expense and has such duty to maintain highways in accordance with S.41 of the Highways Act 1980. In order to meet and deliver upon these statutory obligations KCC requires competent contractors as there is no internal KCC employed resource to undertake this work.
There are around 5,445 miles of local roads in Kent (616 miles of A roads, 279 of B roads, 1,172 of C roads and 3,378 of unclassified roads), making it one of the largest and most heavily trafficked local authority networks in the country.
The workload will be divided into six geographical areas, and awarded separate contracts. Suppliers may bid for any number of areas but will be awarded no more than two. The contract carries an initial term of three years, with options to extend for a further two years.
Works orders are raised by KCC Highway staff. The works will consist of small and medium patching generally within the carriageway. Small elements of footway patching may also be requested. Pre-site inspections will be undertaken, jointly between KCC and the Contractor where necessary, to minimise issues that may prevent the work from being carried out.
The contractors will deliver a programme of works over a 6- to 8-month period, usually between April through to October when the weather and road temperatures are optimal for highway repairs. The contractors will provide sufficient resource to achieve minimal deviation from projected timescales. Operatives are to be fully trained and have the required level of qualifications and expertise to deliver works and will be required to take before and after photos at each site. The key aim of these contracts is to deliver a permanent, quality first-time repair, including adjusting iron works and reinstating all white lining.
The Contractor is responsible for managing all aspects of traffic management according to the Code of Practice for Safety at Street Works & Road Works and the New Roads and Street Works Act 1991.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The contract may be extended for a period of up to 24 months.
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