Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Southend-on-Sea City Council
Civic Centre, Victoria Avenue
Southend on Sea
SS2 6ER
UK
Contact person: Mr Anton Bull
Telephone: +44 1702215000
E-mail: antonbull@southend.gov.uk
NUTS: UKH31
Internet address(es)
Main address: http://www.southend.gov.uk/
Address of the buyer profile: http://www.southend.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procurement.southend.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com
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
Infrastructure Maintenance and Improvements
Reference number: DN707403
II.1.2) Main CPV code
45220000
II.1.3) Type of contract
Works
II.1.4) Short description
Southend-on-Sea City Council ("the Authority") is seeking expressions of interest from suitably qualified and experienced organisations to maintain, manage and improve its highway network and associated assets.
The key objectives are outlined as follows:
Ensuring the network is safe for users, as far as is reasonably practicable.
Maintaining the value of the infrastructure assets to ensure sound financial management. Maintaining the visual appearance of the network in Southend-on-Sea.
Maintaining availability of the highway network so that highway users are free to travel with minimal disruption due to works being undertaken, or due to failure to properly manage the assets.
Minimising disruption so that those living and working in Southend-on-Sea suffer minimal disruption from works being undertaken on the highway.
Scope including but not limited to:
Undertake the role of the Principal Contractor under the CDM Regulations.
Collaborating with the Service Manager to determine the optimum levels of service to be carried out in any given year.
Providing and managing people, plant and materials and other resources, including suppliers and specialists, to match the level of service required by the Service Manager.
Integrating systems and processes with those of the Service Manager to improve efficiency and effectiveness of the core maintenance service.
Providing timely and accurate data to inform and support and justify the contract performance measurements.
Assisting the Service Manager in the management of, and communication with, those affected by the activities being undertaken in the core service.
Helping the Service Manager to manage network occupancy effectively thorough compliance with the Traffic Management Act and New Roads and Street Works Act, including providing all necessary notifications within the appropriate timescales.
Supporting the Service Manager in undertaking the various duties as part of the Coastal Protection & Lead Local Flood Authority roles.
Cooperation with others carrying out work for the Service Manager to optimise the delivery of the overall services. Maintaining and providing contemporary records of work carried out in electronic format agreed by the Service Manager from time to time. In the course of the work, collecting and providing inventory and ‘as-built‘ records requested by the Service Manager.
Maintaining a supply chain of specialist contractors for implementation of specialist products on an ad-hoc basis.
Confirming the presence of utilities plant and apparatus on site.
Managing work with economy and efficiency in mind.
Interested applicants are directed to Sections 11.2.4 and V.1.3 below for further details in relation to the Contract.
II.1.5) Estimated total value
Value excluding VAT:
200 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45233000
45233139
45233141
45243000
71311220
71332000
90620000
90630000
II.2.3) Place of performance
NUTS code:
UKH31
II.2.4) Description of the procurement
Southend-on-Sea ("the Authority") is a unitary council with responsibility for highways maintenance and improvements and flood and coastal protection.
This contract is for the following highways maintenance and improvements and flood and coastal protection:
1) Immediate and emergency services
2) Immediate and emergency services out of hours call out facility
3) Highway inspection or reported defects
4) Planned tasks
4) Local structure repair
5) Programmed carriageway and footway resurfacing
6) Bridges and other structures
7) Street lighting
8) Flood risk
9) Gully maintenance and improvements
10) Drainage/ SUDs
11) Cliff stability
12) Coastal protection
13) Road markings, street furniture and signage
14) Public realm and highway improvements
15) Winter maintenance
16) Highway verge maintenance
16) Professional services including project planning, design and documentation, project management, tendering and procurement, constructions supervision and post construction services.
The procurement documents provide further information about these elements of the requirements.
The Authority is seeking a single contract to provide the works and services. The Authority will implement the restricted procedure and further information is set out in the procurement documents. To express interest, economic operators must complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation. The Authority's needs and requirements for the contract are included in the procurement documentation. This procurement is undertaken using an electronic tendering system. Economic operators will need to register on the portal to participate and the registration is free. All documentation is available from and all communication is to be conducted via the portal at https://procontract.due-north.com
Following submission of the completed SQs, the Authority will apply the selection criteria, as set out in the procurement documentation. Based upon the selection criteria set out in the SQ, the Authority intends to invite five economic operators to tender provided there are sufficient economic operators that submit and pass the SQ stage. Further details are set out in the procurement documents published alongside this notice.
The Authority intends to award the contract to the economic operator who submits the Most Economically Advantageous Tender and full details of the evaluation methodology will appear in the Invitation To Tender documentation.
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: 84
This contract is subject to renewal: Yes
Description of renewals:
The Contract will be for an initial term of 7 years (unless terminated earlier in accordance with its terms), with the option to extend by a period or succession of consecutive periods (each to be no less than a year in duration) up to a further 7 years.
Therefore if all extensions were taken the full contract duration shall be 14 years.
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:
The Contract will be for an initial term of 7 years (unless terminated earlier in accordance with its terms), with the option to extend by a period or succession of consecutive periods (each to be no less than a year in duration) up to a further 7 years.
Therefore if all extensions were taken the full contract duration shall be 14 years.
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
The particular conditions set out in the contract documents which will be included in the invitation to tender (made available in draft with the procurement documents published with this contract notice). The Contract will be based on the NEC4 Term Service Contract with suitable amendments and organisations are referred to the procurement documents for further information.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-030923
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/03/2025
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
02/04/2025
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: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The Authority is seeking a single contract to provide the services as described in Section II.2.4 (Description of the Procurement).
This procurement will be conducted pursuant to the restricted procedure using the Authority's electronic tendering system at https://procurement.southend.gov.uk/ (or if you are already registered - https://procontract.due-north.com/Login).
An applicant may be a single organisation or a consortium. In addition, applicants may be entitled to rely on third parties in order to achieve the minimum standards set out in the procurement documents. Applicants are referred to the SQ Guidance in the procurement documents for requirements that apply in these cases.
Organisations wishing to be considered for this contract must register on the portal to participate, download the procurement documentation and complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation and no later than the deadline in IV.2.2. Please note that sufficient time must be allowed to upload responses as the Authority is under no obligation to consider responses submitted after that deadline.
If you have any technical problems with https://procontract.due-north.com/Login please see the supplier help at https://supplierhelp.due-north.com/ or contact the support team on email: ProContractSuppliers@proactis.com
The estimated total value provided in Section II.1.5 is for the full possible contract period of 14 years. In arriving at this value, the Authority has considered without limitation the estimated costs associated with the provision of the services. All financial values in this Contract Notice are estimated and may be subject to change. The estimated total value of the Contract in Section II.1.5 provides for and includes the value of the optional maximum extension period. Applicants are also referred to the procurement documents for further details about the likely values of work under the Contract and in particular, that given its nature as a term service contract there will be no guarantee of a particular volume or value of work under the Contract. The estimate is made at todays prices and includes an estimated annual value for the potential 14 years of the contract as well as the potential for growth through additional grant funding or other budget funding which may or may not become available throughout the life of the contract. The estimated will increase with inflationary uplifts throughout the contract.
The Authority is of the view that TUPE is likely to apply to staff at contract commencement but bidders will be expected to undertake their own due diligence.
It is anticipated that the services will commence on 01.11.2025 but the Authority reserves the right to amend this should the procurement timetable need to be extended. The Authority reserves the right to change and update its procurement programme at any stage during the procurement.
Economic operators are entirely responsible for their costs and losses arising or incurred as a result of any participation in this procurement process, however such costs are incurred.
The Authority reserves the right to abandon (or vary its requirements under) this procurement exercise at any stage and / or not award any contract or to award only part (or a different arrangement) of the opportunity described in this contract notice.
Applicants should note that the procurement documents provide indicative information of the Authority's approach in the procurement process at this stage and are for general information only. The Authority reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being invited to tender.
Whilst the contract is advertised as works, it also contains a significant amount of services and goods provision as part of the contract.
VI.4) Procedures for review
VI.4.1) Review body
High Courts of Justice The Royal Court of Justice
London
WCA 2LL
UK
VI.5) Date of dispatch of this notice
06/02/2025