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

SC240044 - Local Highway Maintenance Support Contract 2025

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04dbfa
Published by:
Kent County Council
Authority ID:
AA20084
Publication date:
12 March 2025
Deadline date:
10 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Kent County Council

Sessions House, County Road

MAIDSTONE

ME141XQ

UK

Contact person: Milly Massy

E-mail: milly.massy@kent.gov.uk

NUTS: UKJ45

Internet address(es)

Main address: www.kent.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.kentbusinessportal.org.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.kentbusinessportal.org.uk/


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

SC240044 - Local Highway Maintenance Support Contract 2025

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

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.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

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

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

Date: 10/03/2025

Local time: 12:00

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: Yes

VI.4) Procedures for review

VI.4.1) Review body

Kent County Council

Kent

UK

VI.5) Date of dispatch of this notice

05/02/2025

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate

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:
milly.massy@kent.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.