Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Sussex County Council
County Hall
Chichester
PO19 1RG
UK
Contact person: David Robinson
E-mail: david.robinson@westsussex.gov.uk
NUTS: UKJ27
Internet address(es)
Main address: https://www.westsussex.gov.uk
Address of the buyer profile: https://www.westsussex.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://atamis-7669.my.site.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://atamis-7669.my.site.com/s/Welcome
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
Highways Specialist Works and Services: Subway Pumps (2024)
Reference number: C19688
II.1.2) Main CPV code
50511000
II.1.3) Type of contract
Services
II.1.4) Short description
A contract for the Provision of Services for the Maintenance of Pump Equipment on Highway Drainage Assets is being tendered by West Sussex County Council (WSCC) in accordance with the Public Contracts Regulations 2015 (PCR 2015). WSCC requires a single contractor to deliver the Services for the duration of the Contract.<br/><br/>Responses and communication must be via the WSCC e-Souricng portal here: https://atamis-7669.my.site.com/s/Welcome
II.1.5) Estimated total value
Value excluding VAT:
350 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50511100
II.2.3) Place of performance
NUTS code:
UKJ2
Main site or place of performance:
West Sussex
II.2.4) Description of the procurement
A contract for the Provision of Services for the Maintenance of Pump Equipment on Highway Drainage Assets is being tendered by West Sussex County Council (WSCC) in accordance with the Public Contracts Regulations 2015 (PCR 2015). WSCC requires a single contractor to deliver the Services for the duration of the Contract.<br/><br/>For the purposes of this procurement exercise, the term Services is used to describe the full range of Services required. A summary of the Requirement is given below.<br/><br/>• Under the provisions of the Highways Act 1981, the Council has a statutory obligation to ensure the highway is maintained so that it is “Fit for purpose” and “Safe for use”.<br/>• There are currently 18 surface water sites that utilise pumped drainage assets to manage surface water run-off from the highway.<br/>• The key liabilities associated with these sites relates to the failure of pumped drainage equipment leading to flooding of the highway.<br/>• Each site has a specific maintenance schedule to ensure availability of the equipment which is available in the Data Room<br/>• The Service Provider will be responsible for the maintenance and servicing of pumps and associated infrastructure at the Sites.<br/>• The Service Provider will be required to de-silt the pump chambers at the Sites and dispose of any arisings to a licensed facility.<br/>• The Service Provider will be required to maintain and/or replace lifting chains (where applicable) at the Sites.<br/>• The Service Provider will be required to provide all pedestrian and vehicular traffic management to undertake the works.<br/>• The Service Provider will be required to attend emergency call outs when required at the Sites.<br/><br/>Please see Document 2: Specification for further details. WSCC reserves the right to propose non-material changes to the Specification, if necessary, through consultation with the successful Bidder.<br/><br/>This tender will not contain lots.<br/><br/>Responses and communication must be via the WSCC e-Souricng portal here: https://atamis-7669.my.site.com/s/Welcome
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
350 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2025
End:
30/04/2028
This contract is subject to renewal: Yes
Description of renewals:
Up to an additional 2 years. Final possible end date: 30/04/2030.
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 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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/03/2025
Local time: 12:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
24/03/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
SW1A 2HQ
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/cabinet-office
VI.4.2) Body responsible for mediation procedures
Public Procurement Review Service
Cabinet Office
London
SW1A 2HQ
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/cabinet-office
VI.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Service
Cabinet Office
London
SW1A 2HQ
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/cabinet-office
VI.5) Date of dispatch of this notice
21/02/2025